Notice of Intent to Sole Source
ID: PR0011916714Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT EISENHOWERFORT EISENHOWER, GA, 30905-5719, USA

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.
    Notice of Intent to Sole Source - Portable Radio Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the 628th Contracting Squadron at Joint Base Charleston, intends to award a sole source contract for Portable Radio Systems to L3Harris due to the proprietary nature of their AN/PRC-163 Radio System. This procurement is critical as the system uniquely meets military requirements for NSA Type 1 encryption, portability, and compatibility with existing military radio systems, which no other manufacturer can fulfill. The government will continue to monitor the market for potential alternative sources in the future, but for this contract, interested parties may submit capability statements or proposals for consideration. For further inquiries, contact SrA Bayley McKinney at bayley.mckinney@us.af.mil or call 843-963-3764.
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy, Idaho Operations Office, intends to award a sole source contract to General Dynamics Mission Systems, Inc. for the procurement of seven TACLANE-FLEX Encryptors, which are National Security Agency (NSA) approved Type-1 Communications Security devices. This acquisition is critical for enhancing the Department's classified network infrastructure, ensuring compatibility with existing TACLANE-1F network encryptors, and adhering to stringent NSA regulations governing the distribution of such encryption equipment. The total estimated cost for this procurement is $157,150, and interested parties may submit capability statements within three calendar days of this notice to be considered by the Government. For further inquiries, contact Rebecca Hansen at 208-526-1720 or via email at hansenrb@id.doe.gov.
    Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Property and Fiscal Office-Alabama (USPFO-AL), intends to award a sole source contract to L3Harris Technologies, Inc. for the procurement of tactical radios and associated equipment, including the AN/PRC-163 20M Radio and PRC-158 with military GPS. These radios are critical for secure communications between aircrew and ground forces during mission-critical operations, requiring compliance with specific military standards for voice, data, and encryption capabilities. The sole source justification is based on market research indicating that L3Harris is the only supplier capable of meeting these stringent requirements, which will also align with existing military infrastructure to reduce costs. Interested parties may submit responses within 15 days of this notice to Douglas Seaton at douglas.seaton@us.af.mil, referencing PANNGB-21-P-0000-013736 in the subject line.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for the procurement of AN/PRC-152 and AN/PRC-117 radios to L3Harris Technologies. This requirement is essential for the 187th Maintenance Group at the 187th Fighter Wing in Montgomery, Alabama, to ensure secure communication during flying missions, in-flight emergencies, and deployments. The procurement includes two handheld radios, a manpack radio, two battery chargers, and a high-performance power supply, all of which must meet military standards and come with a five-year warranty. Interested parties can contact Maj Jeremy Hendrick at jeremy.hendrick@us.af.mil or call 334-394-7528 for further details regarding this opportunity.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    Notice of Intent to Award of ServiceNow to Mandatory Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) at Kirtland AFB, New Mexico, intends to award a mandatory source purchase order to Carahsoft Technology Corp for IT services related to ServiceNow. This procurement is not a request for proposal, indicating that it will proceed without competitive bidding, as Carahsoft is designated as the Department of Defense's Enterprise Software Initiative (DoD ESI) Mandatory Source for ServiceNow, which is critical for supporting AFRL's ongoing mission. The notice will remain open for 15 days, during which inquiries can be directed to Angela Tolson at angela.tolson@spaceforce.mil or by phone at 505-846-9162.
    Intent to Sole Source - 48 RQS CYPRES and MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to sole source the procurement of the CYPRES System and associated maintenance services to SSK Military Industries Inc. This procurement is critical as the CYPRES 2 Automatic Activation Device (AAD) is the only equipment authorized for use under the Air Force Personnel Parachute Program, ensuring operational readiness for Air Force personnel during parachute operations. Interested vendors who believe they can meet these requirements are encouraged to contact the primary or secondary points of contact, Della Fales at della.fales.1@us.af.mil or Micky Hallman at micky.hallman.1@us.af.mil, by the specified deadline to express their capabilities.
    Notice of Intent to Sole Source - DIANA Software for USACE IWR - RMC
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source firm fixed-price contract for the DIANA software, specifically the "DIsplacement ANAlyzer (DIANA)," which is crucial for risk analysis in dam and levee projects. The procurement aims to secure a one-year lease for the software, with the potential for four additional one-year renewals, supporting essential risk assessments under the National USACE Asset Management Program. The DIANA software is vital for conducting thermal analyses necessary for major construction projects, including the significant Garrison Dam Spillway Modification, with a budget of $6 billion. Interested firms that believe they can meet the requirements are encouraged to submit written notifications to the Contracting Officer within 15 days of this announcement, with the contract period beginning on September 30, 2024, and running through September 29, 2029. For inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Helen (Kieran) Jacobson at Helen.Jacobson@usace.army.mil.