7G--Notice of Intent to Sole Source Award
ID: DOIFFBO240027Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
  1. 1
    Posted Dec 12, 2023 4:52 PM
  2. 2
    Updated Dec 12, 2023 4:52 PM
  3. 3
    Due Dec 14, 2023 5:00 PM
Description

Special Notice INTERIOR, DEPARTMENT OF THE US FISH AND WILDLIFE SERVICE intends to award a sole source contract to INNOVASEA MARINE SYSTEMS CANADA INC. for the procurement of acoustic telemetry receivers, transmitters, and accessories. These items are typically used for tracking and monitoring fish and wildlife in the Mid-Columbia River Fisheries Resource Office. INNOVASEA is the sole developer, manufacturer, and supplier of the Vemco line of acoustic telemetry equipment, which is necessary for compatibility with existing equipment and ongoing field work. Interested parties may submit a statement of capabilities, but the government's decision to open the requirement to competition is at their discretion.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
58--Notice of Intent to Sole Source Award
Active
Interior, Department Of The
Notice of Intent to Sole Source Award: INTERIOR, DEPARTMENT OF THE, US FISH AND WILDLIFE SERVICE, is planning to award a sole source contract for the purchase of GSM Transmitter/Tracker for Mississippi Sandhill Crane Monitoring. This device is used for tracking the movement and habitat use of endangered species, specifically the Mississippi Sandhill Crane. The device must meet specific requirements such as being lightweight, waterproof, and having a reliable failure rate. The contract will be awarded to ORNITELA UAB, located in VILNIUS, LT-03228 LTU. Interested parties can submit a statement of capabilities if they believe they can meet the requirements.
ACOUSTIC RECEIVERS & TRANSMITTERS
Active
Interior, Department Of The
Solicitation INTERIOR, DEPARTMENT OF THE US GEOLOGICAL SURVEY is seeking Acoustic Receivers, Acoustic Transmitters, and Activation Probes. These items are used for underwater sound equipment. The procurement is a Total Small Business Set-Aside and the delivery address is USGS Columbia River Research Laboratory in Cook, WA. The delivery date is estimated to be 09/01/2024 or earlier. The equipment must be new and covered by the manufacturer's warranty. Interested offerors must submit the required documentation by 07/31/2024, 1500 PST to yangzhideng@usgs.gov. Quotations submitted by hardcopy will not be accepted.
Notice of Intent (NOI) to Award Sole Source to Illumina, Inc. MiSeq Silver Support Maintenance Plan
Active
Commerce, Department Of
Notice of Intent (NOI) to Award Sole Source to Illumina, Inc. MiSeq Silver Support Maintenance Plan The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), National Seafood Inspection Laboratory (NSIL) intends to award a sole source contract to Illumina Inc. for the MiSeq Silver Support Plan. This contract is for annual preventative maintenance and emergency repair service for the existing Illumina MiSeq gene sequencer. The MiSeq gene sequencer is highly specialized scientific equipment used for genetic sequencing. It is essential for the National Marine Fisheries Service's requirement for base year and four option years of preventative maintenance and emergency repair service. Illumina Inc. is uniquely qualified to meet this requirement as they are the only company that offers maintenance for the MiSeq platform. They possess proprietary technology and validated parts necessary for replacement or repair on the current machine, ensuring the MiSeq Whole Genome Sequencer maintains its instrument qualifications. The service to be provided by Illumina Inc. includes full coverage for parts, labor, and travel, reagent replacement upon hardware failure, remote technical support, two business day on-site response, control software and hardware updates, onsite applications support, and one preventative maintenance visit. The Government intends to negotiate a firm fixed-price contract with Illumina Inc. This notice of intent is not a request for competitive proposals, and no solicitation package is available. However, firms that believe they can fully meet the Government's requirements may submit substantiating documentation in writing within 15 days after publication of this synopsis. It is the Government's belief that only Illumina Inc. has the sole capability of providing the required services for the MiSeq gene sequencer.
Notice of Intent to Award Sole Source to Infinite Electronics International, Inc. Fairview Microwave Brand
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy and NIWC PACIFIC, intends to award a sole-source contract to Infinite Electronics International, Inc., which manufactures the Fairview Microwave Brand, under the authority of FAR 13.106-1(b). This notice is published to invite potential vendors to submit quotes if they believe they can fulfill the requirement, although the government intends to negotiate exclusively with the aforementioned company. The contract falls under the NAICS Code 335999: All Other Miscellaneous Electrical Equipment and Component Manufacturing, with a size standard of 500 employees. The attachment to this notice includes detailed information about the government's requirements. Potential vendors should review this document carefully. Any questions regarding this opportunity should be directed to Contract Specialist James W Lindsey via email at james.w.lindsey6.civ@us.navy.mil, as phone and fax inquiries will not be accepted. Please note that this is not a request for competitive quotes, but they will be considered if submitted.
Intent to sole source - LI-COR H2O/CO2 Analyzer
Active
Commerce, Department Of
Special Notice: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) intends to sole source a procurement for LI-COR H2O/CO2 Analyzer, calibration kit, power cable, and ethernet cable to be delivered to Seattle, Washington. The LI-COR CO2/H2O sensors are part of the existing system established across NOAA for eddy covariance flux measurement. These sensors are selected for their accuracy, reliability, and feasibility for applications to research vessels. They are considered the gold standard for eddy covariance flux measurement and are compatible with high-frequency anemometers for the measurement of all sea surface flux components (momentum, energy, and gases). Using a different sensor would compromise the uniformity of the NOAA data quality, as data collected by another sensor cannot be directly compared to data collected by other NOAA observers who use the LI-COR sensors. Therefore, NOAA has determined that LI-COR, Inc is the only vendor that manufactures and distributes the required CO2/H2O analyzers, calibration kit, power cable, and ethernet cable. The procurement has a delivery deadline of October 15, 2024, or as soon as possible. This notice of intent is not a request for competitive proposals, and no solicitation package is available. However, firms that believe they can fully meet the government's requirements may submit substantiating documentation in writing to the identified point of contact within 15 days after the publication of this synopsis. The government will evaluate such documentation solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. The decision to conduct a competitive procurement is solely within the discretion of the government. Oral communications will not be accepted in response to this notice.