Notice of Intent to Sole Source
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
  1. 1
    Posted Aug 7, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 4, 2025, 8:30 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.

Files
Title
Posted
Apr 4, 2025, 9:04 PM UTC
The document outlines the process and justification for using Sole Source procurement methods in federal and state RFPs, specifically focusing on Simplified Procedures for Certain Commercial Items. It emphasizes the circumstances under which a sole source, particularly brand-name items, may be justified, including situations where only one supplier can provide the required services or products due to unique qualifications, compatibility, or proprietary technology. The document serves as a guide for federal agencies and contracting officers to ensure compliance with procurement regulations while facilitating efficient acquisition processes. It stresses the importance of substantiating sole source claims to maintain transparency and accountability in government spending. This approach aims to streamline procurement practices while adhering to legal and regulatory frameworks, thereby enhancing the effectiveness of government operations.
Aug 7, 2024, 10:09 PM UTC
The Space Force intends to award a sole-source firm-fixed-price contract to General Dynamics Mission Systems (GDMS) for the supply of TACLANE®, Sectéra® vIPer™, and ProtecD@R® product lines. These Viper Secure Phones are crucial for the NORAD/NORTHCOM mission and are the only devices authorized by the National Security Agency (NSA) for this purpose. The Air Force requires these specific products due to their unique ability to fulfill mission needs and GDMS's status as the sole manufacturer. This notice is a precursor to the procurement process, informing potential competitors that they may submit evidence of their ability to provide GDMS's products. The government will consider these submissions but retains the discretion to proceed with the sole-source award. Key dates include the response deadline, set for 1:00 PM Mountain Time on August 8, 2024.
The U.S. Air Force seeks to procure a specific type of secure phone for NORAD/NORTHCOM use. The focus is on the US National Sectera VIPER Universal Secure Phone Fiber Capable Upgrade, a National Security Agency (NSA) certified device. As the phone must adhere to specific security and functionality requirements, and given the urgency of the situation, the acquisition is justified as a single-source procurement from General Dynamics Mission Systems, the original equipment manufacturer. The phones are needed to ensure interoperability and communication efficiency. No other known vendors can provide the required NSA-certified products. The contracting officer has approved this determination, and market research will be conducted to explore future competition. This information was provided in the justification section of the file, which also included efforts made to solicit competition and steps to encourage future contention. The procurement's key dates and contract details are missing, but it's clear that the primary objective is to acquire these specialized secure phones as soon as possible.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Local Telecommunication Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide local telecommunication services at Space Base Delta 1, encompassing Peterson SFB, Schriever SFB, and Cheyenne Mountain SFS in Colorado. The procurement aims to deliver essential services such as local exchange access, IP transport, and emergency communication functionalities, while ensuring compatibility with existing infrastructure owned by Lumen. This contract is critical for maintaining operational effectiveness and emergency preparedness within military contexts, with a timeline for service commencement set between October 2025 and January 2026. Interested parties should respond to the sources sought notice by providing company details and confirming their ability to meet the outlined requirements, with a meeting scheduled for May 6-7, 2025, to discuss further details. For inquiries, contact Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
Notice of Intent to Sole Source to L3Harris Technologies, Inc. for Space Hub Integrated End Cryptographic Unit (ECU) Leading Edge Development (SHIELD)
Buyer not available
The Department of Defense, specifically the Space Systems Command, intends to award a sole source contract to L3Harris Technologies, Inc. for the development of the Space Hub Integrated End Cryptographic Unit Leading Edge Development (SHIELD) program. This contract will focus on the design, testing, and delivery of End Cryptographic Units (ECUs) for the Protected Tactical Satellite Communication (SATCOM) systems, which are critical for secure military communications. The decision to limit competition to L3Harris is based on market research indicating that alternative sources would lead to significant cost duplication and delays in meeting the agency's requirements. Interested parties may submit capability statements to the agency, with the contract expected to be awarded in September 2025. For further inquiries, contact Bryan Boardway at bryan.boardway@spaceforce.mil or 310-653-2431.
Peterson SFB Next Generation Gateway (NGG) Power Upgrade
Buyer not available
The Department of Defense, through the Department of the Air Force, is conducting market research for a potential Next Generation Gateway (NGG) Power Upgrade at Peterson Space Force Base in Colorado Springs, Colorado. The objective is to gather information from interested vendors regarding the installation of essential power infrastructure upgrades, including new busway tap boxes, circuit breakers, and power distribution units (PDUs) to support the Department's Zero Trust Security Suites. This upgrade is critical for ensuring operational readiness and compliance with future security standards within military infrastructure. Interested parties should respond to the Sources Sought announcement by April 30, 2025, providing details on capabilities, delivery times, and relevant certifications, and may contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597 for further inquiries.
USSC Cisco Requirement
Buyer not available
The Department of Defense, specifically the U.S. Space Command (USSC), is soliciting proposals from qualified small businesses for the procurement of Cisco networking equipment, including switches, routers, phones, and network authentication systems. This requirement aims to enhance government infrastructure by modernizing networking technology to support secure and efficient digital communications across various federal, state, and local domains. The total estimated award amount for this contract is $30 million, with an expected delivery date of June 30, 2025. Interested contractors can reach out to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details regarding the solicitation process.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
Notice of Intent to Sole Source - 341 SFG Repair of Spacesaver Armory Racking System
Buyer not available
The Department of Defense, through the 341st Contracting Squadron, intends to award a sole-source contract to Spacesaver Corporation for the repair and replacement of the Spacesaver Armory Racking System at Malmstrom Air Force Base in Montana. The project involves the installation of new Spacesaver Universal Weapons Racks, the transfer of existing accessories, and the repair of broken components, all of which must be completed within a seven-day timeframe. This upgrade is critical for ensuring the Security Forces Group's operational readiness in response to security threats, thereby supporting the base's strategic mission. Interested vendors may submit capability statements or proposals by May 9, 2025, with all submissions directed to the contracting office at Malmstrom AFB; for further inquiries, contact TSgt Ricardo Dominguez at ricardo.dominguez@us.af.mil or A1C Barek Webster at barek.webster@us.af.mil.
Commercial Solutions Opening - NSSL Space Vehicle Processing
Buyer not available
The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
Amendment 1 - Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking proposals for the maintenance and repair of vehicle barriers at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring their functionality and compliance with safety standards. This procurement is critical for maintaining the security infrastructure of the base, which includes a total of forty-four operational vehicle barriers and associated control systems. Interested small businesses must submit their quotes by May 9, 2025, following a scheduled site visit on April 28, 2025, and can direct inquiries to Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
CMSFS ATS & Generator Replacement
Buyer not available
The Department of Defense, through the United States Space Force, is soliciting quotations for the removal and replacement of Automatic Transfer Switches (ATS) and generator equipment at the Cheyenne Mountain Space Force Station in Colorado Springs, Colorado. The project aims to enhance operational capabilities by upgrading essential power systems, with a total estimated award amount of $19,000,000. Contractors will be required to adhere to specific technical requirements, including the installation of a 600A, 480V ATS and a new 10kW-15kW generator, while ensuring compliance with applicable codes and environmental standards. Interested parties should contact Dante Aletto at dante.aletto.1@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details, and must RSVP for a site visit scheduled for April 23, 2025, by April 21, 2025.
Sole Source J & A
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure managed Local Telecommunication Services (LTS) and Long-Distance (LD) services to replace existing low-speed time-division multiplexed (LSTDM) circuits with session initiation protocol (SIP) circuits at March Air Reserve Base (MARB) in California. The objective is to ensure a seamless migration of all connectivity requirements and features to the new SIP path without any loss of capabilities, maintaining 24/7/365 operational support. This procurement is critical for enhancing the telecommunications infrastructure while optimizing budgetary spending, as AT&T Enterprises, LLC has been identified as the sole provider due to its legacy ownership of the existing infrastructure, which simplifies the transition to a more efficient fiber-optic system. The total contract value is approximately $479,345.10, covering multiple periods from 2025 to 2030, and interested parties can reach out to Joshua Davidson at Joshua.Davidson.16@us.af.mil or Marissa E Lopez at marissa.lopez.5@us.af.mil for further inquiries.