KVH Industries, Inc. (KVH) Static IP and Monthly Maintenance
ID: N6523626QE034Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC ATLANTICNORTH CHARLESTON, SC, 29419-9022, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH) for satellite airtime and one year of monthly maintenance fees. This procurement is critical as KVH is the sole provider of the required satellite airtime, which is currently in use, and the Government plans to negotiate exclusively with KVH under FAR 13.106-1(b). Interested parties who believe they can meet the requirements may submit a capability statement, proposal, or quotation to Jessica Glisson at jessica.k.glisson.civ@us.navy.mil by December 11, 2025, for consideration in determining whether a competitive procurement will be conducted. The NAICS code for this opportunity is 517410, with a small business size standard of $44 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Information Warfare Center Atlantic (NIWC Atlantic) has issued a pre-solicitation notice (N6523626QE034) for a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH). The contract is for satellite airtime and a year of monthly maintenance fees, with KVH identified as the sole provider of the required satellite airtime. The Government intends to negotiate solely with KVH under FAR 13.106-1(b). The NAICS Code for this procurement is 517410, with a small business size standard of $44 million. While not a request for competitive quotes, interested parties who believe they can fulfill the requirement may submit a capability statement, proposal, or quotation to Jessica Glisson (jessica.k.glisson.civ@us.navy.mil) by December 11, 2025. Responses will be reviewed to determine if a competitive procurement is warranted, though the final decision rests solely with the Government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source to ORBCOMM, INC.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to ORBCOMM, INC / DBA ORBCOMM AIS LLC for satellite and terrestrial Automated Information System (AIS) data subscriptions. This procurement is critical as the Foreign Military Sales (FMS) Letters of Offer and Acceptance (LOAs) for participating nations designate ORBCOMM as the required data provider, making compliance essential to avoid breaches of contract. Interested parties who believe they can meet the requirements are encouraged to express their interest and capabilities by emailing Corbin Walters at Corbin.C.Walters.civ@us.navy.mil by December 10, 2025, at 1300 PST. All vendors must be registered with the System for Award Management (SAM) to be eligible for consideration.
    DATA SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Notice of Intent to Sole Source to Instant Technologies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Teledyne Acoustic Communications (ACCOMs) Hardware
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), intends to award a firm fixed price purchase order for Acoustic Communications (ACCOMs) Hardware from Teledyne Instruments, Inc. This sole-source procurement is justified due to the proprietary nature of Teledyne's hardware, which is already integrated with existing government software, thus avoiding costly redesigns and schedule delays. The acquisition includes specific components such as transponders, mounting sleeves, cables, acoustic releases, and modems, all of which are critical for naval operations. Quotes are due by December 9, 2025, at 4:00 PM EST, and interested parties must ensure active registration in SAM. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    Notice of Intent to Sole Source - Satellite Air Time
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to issue a sole source contract to Skymira LLC for the procurement of satellite airtime services essential for GPS tracking devices used by CBP officers. This contract will cover the provision of one hundred and twenty (120) ISAT DataPro plans and activations, which are critical for maintaining an uninterrupted connection for tracking and intelligence gathering operations. The period of performance for this contract is set from October 1, 2025, to September 30, 2026, at March Air Reserve Base in California, with security protocols requiring escorted access to the military installation. Interested contractors who believe they can meet the requirements are encouraged to contact the primary contact, Nykia Warren, via email at nykia.warren@cbp.dhs.gov, by the specified response date.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for the Receiver-Transmitter, part number 264A020-1, under a sole source contract with Lockheed Martin. The procurement involves the repair of two units, identified by NSN 7R 5841 015602895, and is classified under NAICS code 334511, focusing on navigation and communication equipment manufacturing. This repair is critical for maintaining operational capabilities, and the government anticipates issuing the award under an existing Basic Ordering Agreement (BOA). Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not involve competitive proposals.
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Sole Source Narda-MITEQ Periscope and Photonics Antenna Radio Frequency (RF) Amplifiers
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a sole source solicitation for a one-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Purchase Order for Periscope and Photonics antenna radio frequency (RF) amplifiers from Narda-MITEQ, the sole manufacturer capable of meeting the required specifications. This procurement is critical for the support of various antenna assemblies used in defense applications, ensuring operational readiness and technological superiority. Interested contractors must be actively registered in SAM, include shipping costs in their unit prices, and submit their quotes electronically to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil by the specified closing date, with a validity of at least 60 days. The contract will include specific Contract Line Item Numbers (CLINs) for different RF amplifier types, with minimum guaranteed quantities and delivery to Newport, RI.