Notice of Intent to Sole Source to SelectTech Services Corp for lightweight/modular portable SCIFs
Type: Special Notice
Overview

Buyer

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

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the procurement of Lightweight Modular Sensitive Compartmented Information Facilities (SCIFs) from SelectTech Services Corp. The procurement involves two key modules: a Command Module designed for classified equipment, featuring advanced security and power management systems, and a Service Module focused on power management, including a standby generator and compatibility with commercial power sources. These modular systems are crucial for enhancing military operational capabilities in austere environments while adhering to stringent SCIF accreditation standards. Interested parties may submit capability statements or proposals by September 13, 2024, and should direct inquiries to SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Ruben Guzman at ruben.guzman.5@spaceforce.mil.

    Files
    Title
    Posted
    The document outlines the specifications for the construction of two modules—Command Module and Service Module—as part of a military project named ORION’S BELT. The Command Module is designed to be a lightweight, transportable shelter featuring EMI (Electromagnetic Interference) mitigating materials, security installations, and various power and data connection functionalities. Key design elements include composite wall panels, a fortified door, internal insulation, multiple power distribution units (PDUs), lighting systems, and security features like motion sensors and an IDS control suite. The Service Module is focused on power management and includes a standby generator with a 24-hour fuel reserve, a transformer for power conversion, and an automatic transfer switch for seamless power transitions. It also requires commercial shore power compatibility and a controllable PDU. The RFP aims to secure a contractor capable of fulfilling these specifications to enhance military operational capability while ensuring robust security and environmental control in challenging settings.
    The document appears to be an inaccessible PDF that does not provide any content related to federal government RFPs, federal grants, or state and local RFPs. As such, there is no main topic, key ideas, or supporting details to summarize. It contains information about Adobe Reader and potential issues with viewing the document, rather than any substantive government information. Due to the lack of relevant content, a summary focusing on RFPs and grants cannot be created.
    The 21st Contracting Squadron (21 CONS) has issued a Notice of Intent to Sole Source for the procurement of Lightweight Modular Sensitive Compartmented Information Facilities (SCIFs) from SelectTech Services Corp. These transportable SCIF systems will consist of a Command Module for classified equipment and a Service Module for power and HVAC systems, designed for use in austere environments. The modules must meet stringent SCIF accreditation standards as outlined in Intelligence Community Directive 705. The planned solicitation, FA251724R0011, falls under NAICS 332311, focusing on prefabricated metal building manufacturing. The decision for a sole source award has been justified based on FAR 6.302-1(a)(2)(1), citing SelectTech as the only responsible source available, primarily due to prior R&D work already executed, which would lead to significant cost redundancy if competed. The contract will be a five-year, Firm Fixed Price Single Award Indefinite Delivery Indefinite Quantity (IDIQ) type, following appropriate FAR procedures. This notice serves purely for informational purposes and does not constitute a solicitation for bids. Responses are requested by 13 September 2024, with the government not intending to pay for information provided in response to this notice.
    Similar Opportunities
    RFQ- 644 CBCS Portable T-SCIF (2024)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Radio Frequency (RF) Electromagnetic Interference (EMI) Shielded Portable TSCIF Tent under solicitation number FA524024QM134. This contract is a 100% Small Business Set-Aside, aimed at acquiring a tent that meets stringent specifications for secure communication in sensitive environments, including features such as substantial electromagnetic attenuation, a soundproof system, and various power connectivity options. The tent must be portable, accommodating four individuals with minimum dimensions of 9' x 9' x 6.5', and comply with airline regulations for ease of transport. Interested vendors must submit their offers by 20 September 2024 at 1:00 PM Chamorro Standard Time, and should direct inquiries to A1C Klevon Spencer at klevon.spencer@us.af.mil or SSgt James Kwok at james.kwok@us.af.mil.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.
    W56HZV-23-R-0160 Synopsis - ISO Shelters - NSN: 5411-01-295-3433
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), intends to solicit for the procurement of One-Sided ISO Shelters, including a Modular Extendable Rigid Wall Shelter (MERWS) and associated components. This requirement is for a follow-on contract to General Dynamics-Mission Systems, which is being awarded on a sole source basis due to the specialized nature of the equipment and the need to avoid delays in fulfilling agency requirements. The forthcoming solicitation, W56HZV-23-R-0160, will be a one-year, firm-fixed-price contract, and interested vendors are encouraged to submit capability statements or proposals, although the solicitation will not be available for at least 15 business days following this notice. For further inquiries, vendors may contact Lauren DeRoche at lauren.r.deroche.civ@army.mil or by phone at 571-588-9071.
    Modify Electrical and Structure for Target Retrieval System B1145 -
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of electrical and structural systems for the target retrieval system at Building 1145, Buckley Space Force Base in Aurora, Colorado. The project involves raising safety baffles, demolishing existing non-functioning systems, relocating electrical lighting, and installing new electrical outlets and a Mini Server Rack, among other tasks. This procurement is crucial for enhancing the operational capabilities of military training facilities, ensuring compliance with safety and environmental regulations. Proposals are due by September 19, 2024, with a performance period from September 30, 2024, to January 29, 2025. Interested parties can contact Jaisen Brown at jaisen.brown@spaceforce.mil or 720-847-9945 for further information.
    CCSFS Missile Warning Operations Center Workstations
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking proposals for the modernization of workstations at the Cape Cod Space Force Station's Missile Warning Operations Center (MWOC). The project entails providing four height-adjustable, modular workstations designed to enhance operational efficiency and comfort for personnel engaged in missile warning, missile defense, and space domain awareness missions. These workstations will accommodate multiple monitors, laptops, and phone systems, reflecting the critical need for ergonomic and functional solutions in a 24/7 operational environment. Proposals are due by September 23, 2024, and interested contractors should direct inquiries to Maggie Main at maggie.main@us.af.mil or Alexis Croone at alexis.croone@us.af.mil, ensuring compliance with all submission guidelines and requirements outlined in the solicitation documents.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.
    Notice of Intent to Sole Source: REAL and RUSB System
    Active
    Dept Of Defense
    The Department of Defense, specifically the 19th Contracting Squadron at Little Rock Air Force Base in Arkansas, intends to award a sole-source contract to QRDC, Inc. for the acquisition of a REAL M12 - 12" Reusable Energy Absorbing Layer Module and a Reusable Universal Skid Board. These items are critical for enhancing safety and operational efficiency in military applications, particularly in aircraft operations. Interested parties are invited to submit a capability statement, proposal, or quotation by September 20, 2024, at 4:00 PM CST, with all submissions directed to Lt. Ethan Lenoir at ethan.lenoir.1@us.af.mil. Oral communications will not be accepted, and the contract will be awarded without further notice if no competitive responses are received.
    Commercial Solution Opening (CSO) SLD 30
    Active
    Dept Of Defense
    Solicitation Notice: DEPT OF DEFENSE is seeking Commercial Solution Opening (CSO) for Miscellaneous Items. The CSO is authorized by Department of Defense (DoD) Class Deviation (CD) 2022-O0007. The purpose of this CSO is to acquire innovative commercial items, technologies, and services that fulfill requirements, close capability gaps, or provide potential technology advancements. The USSF intends to obtain "innovative" solutions or potential new capabilities that enhance or streamline USSF mission capabilities. This CSO will remain open for Calls indefinitely with an annual update. The Government reserves the right to award all, part, or none of the proposals received. Each Call will be announced on SAM.gov and other media, and may result in the award of a FAR Part 12 contract or an OTA. The Calls will contain broadly defined Areas of Interest (AOIs) and more specific problem topic interest areas. The Government is not obligated to make any awards as a result of this CSO and/or Calls issued under this CSO, and all awards are subject to the availability of funds and successful negotiations.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.