Notice of Intent to Sole Source - 5G Cellular Testbed Support
ID: NTIA0000-24-00070Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARYDEPT OF COMMERCE ESOWASHINGTON, DC, 20230, USA

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    Notice of Intent to Sole Source - 5G Cellular Testbed Support

    The U.S. Department of Commerce (DOC), Office of the Secretary, intends to award a sole-source contract to Nokia of America Corporation (NAC) for the provision of professional, technical support services for the specialized equipment developed for the 5G Cellular Testbed at the Institute for Telecommunication Sciences’ (ITS) Table Mountain Field Site. This equipment includes limited production, prototype hardware components that require customized software to operate, such as prototype cell tower radio heads and cell phones. The Contractor will be responsible for providing remote and on-site support of the equipment.

    The purpose of this procurement is to obtain the necessary support services for the 5G Cellular Testbed, which is used for testing and evaluating the performance of 5G technology. The specialized equipment developed for this testbed requires technical expertise and customized software to operate effectively. The Contractor will play a crucial role in ensuring the smooth functioning of the equipment and providing technical assistance as needed.

    This notice is not a request for quotation or proposal, but all responses received within 10 days will be considered by the Government. Prospective contractors are required to submit documentation demonstrating their capabilities and experience in supporting similar requirements. The Government reserves the right to determine whether to conduct a competitive procurement based on the information received.

    If no qualified source is identified within the specified timeframe, a contract will be awarded to NAC. Any questions regarding this notice should be directed to the Contracting Officer, Ronald Greene, via email (rgreene@doc.gov).

    Point(s) of Contact
    Ronald Greene
    rgreene@doc.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Notice of Intent to Award Sole Source to RS Microwave
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to RS Microwave for a Commercial, Firm-Fixed-Price purchase order. This procurement aims to solicit, negotiate, and finalize the acquisition of specialized goods or services that are critical to the Navy's operational capabilities. The decision to proceed on a noncompetitive basis underscores the unique qualifications of RS Microwave in fulfilling the specific requirements of this contract. For further inquiries, interested parties may contact Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262.
    Intent to Sole Source – Non-Personal Services for Calibration/Repair/Maintenance of RBR LTD Instruments
    Active
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract for non-personal services related to the calibration, repair, and maintenance of specific oceanographic instruments from RBR LTD. The procurement involves servicing a total of 41 instruments, including 32 RBR Solo3 temperature sensors, 5 RBR Concerto3 CTD sensors, 2 RBR Solo3 DO sensors, and 2 RBR Solo3 PAR sensors, which are critical for ensuring the integrity of oceanic data collection essential for climate research. The total estimated value of the contract is approximately $65,800, with services required to be completed by January 31, 2025, in preparation for upcoming field operations in the Marianas archipelago. Interested parties may submit documentation to the primary contact, Stephanie Fisher, at stephanie.fisher@noaa.gov, within 10 days of this notice if they believe they can meet the government's requirements.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.
    OrCAD License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the renewal of an OrCAD License to EMA Design Automotive of Rochester, New York. This procurement is classified under the NAICS code 541519, which pertains to Other Computer Related Services, and is essential for maintaining the laboratory's software capabilities. The purchase will be executed using Simplified Acquisition Procedures, with a threshold not exceeding $250,000, and interested parties have one calendar day from the publication of this notice to express their interest and capability. For further inquiries, contact Natalie Waugh at natalie.f.waugh.civ@us.navy.mil or by phone at 202-923-1538, referencing Notice of Intent number N00173-25-Q-0016.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    5G Capable Cellular Drive Test Scanner
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from qualified vendors regarding the procurement of a 5G capable cellular drive test scanner and associated analytical software. This initiative aims to enhance the USSS's capabilities in investigating financial crimes by enabling the collection and analysis of cellular data across various generations, from 2G to 5G, while ensuring compliance with the Communications Assistance for Law Enforcement Act (CALEA). The project underscores the importance of modernizing investigative tools to adapt to evolving crime and technology, with requirements for interoperability with existing equipment, comprehensive training for personnel, and ongoing maintenance support. Interested parties are encouraged to submit their capability statements and feedback on the draft Statement of Work to the designated contacts, Stephen Kenny and Matthew Sutton, with the understanding that this notice is for information gathering only and does not constitute a commitment to award a contract.
    Notice of Intent to Sole Source
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to modify an existing contract with Smiths Detection Incorporated for Advanced Technology / Computed Tomography (AT/CT) systems. This modification aims to provide additional maintenance support services for the AT/CT systems that have been manufactured and deployed. These systems play a critical role in enhancing security measures within transportation sectors. Interested parties may express their interest and capability to respond to this requirement, although the government will negotiate with only one source under FAR 6.302. For further inquiries, interested vendors can contact Aubrey Gainfort at aubrey.gainfort@tsa.dhs.gov or Garon McCarty at garon.mccarty@tsa.dhs.gov.
    Notice of Intent to Sole Source; Siemens Medical Solutions
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Siemens Medical Solutions for the maintenance and support of the Syngo Dynamics application. This acquisition aims to activate a software maintenance agreement for the proprietary Syngo Dynamics General Ultrasound software, which is critical for daily operations in patient care at the NIH Clinical Center. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source procurement due to the unique nature of the software. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by November 15, 2024, at 10 AM EST.
    Notice of Intent to Sole Source - Strategic Multilayer Assessment Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific, intends to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to National Security Innovations, Inc. (NSI) for Strategic Multilayer Assessment (SMA) support. The contract aims to provide actionable assessments of complex operational and strategic challenges, particularly focusing on human perception and behavior as they relate to Department of Defense missions. This initiative is crucial for maintaining the U.S. competitive advantage in a complex global environment, with oversight from the Joint Chiefs of Staff and the Office of the Under Secretary of Defense for Research and Engineering. The anticipated contract value is between $50-75 million, with a five-year ordering period expected to commence around March 1, 2025. Interested parties may submit capability statements to Contract Specialist Israel Alvarado at israel.a.alvarado.civ@us.navy.mil by November 8, 2024, at 12:00 PM Pacific.