FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
ID: 15M10224QA4700317Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Justification for an Exception to Fair Opportunity
    Buyer not available
    The Department of Justice is seeking to issue a sole-source bridge task order for IT support services currently provided by ManTech Advanced Systems International, Inc. under the GSA Alliant contract Number 47QTCK18D0031. This procurement aims to extend the existing IT support services for an additional twelve-month base period, with an option for another twelve months, ensuring continuity while the Department evaluates its current requirements and plans for a comprehensive follow-on procurement. The services are critical for maintaining uninterrupted operations within the Executive Office for Immigration Review's Office of Information Technology (EOIR OIT). Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566 for further information regarding this opportunity.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    FY26-30 A45 Transcription Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This Request for Quote (RFQ) requires a contractor to transcribe both digital and physical audio/video files, including Spanish-to-English translation, with options for expedited delivery within 10 and 3 days. The contract emphasizes the secure handling of sensitive information and compliance with various DOJ security and privacy regulations, necessitating background investigations for personnel and strict data security protocols. Interested small businesses must submit their completed quotes to Renee Leaman via email by December 10, 2025, at 12:00 PM EST, with the contract overseen by the Contracting Officer Representative, Demetria Leslie.
    Notice of Justification
    Buyer not available
    The Department of Justice is issuing a sole-source bridge task order for the continuation of information technology (IT) support services currently provided by ManTech Advanced Systems International, Inc. This procurement aims to ensure the uninterrupted delivery of mission-critical IT support services to the Executive Office for Immigration Review (EOIR) Office of Information Technology (OIT), encompassing project management support, IT operations and maintenance, and IT integration services across various court locations. The services are vital for maintaining the functionality and security of the EOIR's IT infrastructure, which supports over 65 court locations and includes managing service desk operations, troubleshooting IT issues, and integrating IT assets with EOIR operations. For further inquiries, interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566.
    Justification for an Exception to Fair opportunity
    Buyer not available
    The Department of Justice is seeking a sole-source bridge contract to provide mission-critical IT management support services for the Justice Security Tracking and Adjudication Record System (JSTARS). This contract will facilitate the operation and maintenance of JSTARS, which is essential for managing sensitive information related to federal classified cases, including background investigations and security clearances for approximately 1,000 users. The services required include system administration, user support, application maintenance, project management, and collaboration on special projects, ensuring the system remains functional and secure. Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or call 202-880-0566 for further details.
    Quorum Analytics
    Buyer not available
    The Department of Justice, specifically the Procurement Services Staff, is seeking to procure network as a service through Quorum Analytics. This opportunity arises under the requirements of FAR Part 8.405-6, necessitating a limited source justification for acquisitions exceeding the simplified acquisition threshold, which must be publicly posted in accordance with FAR Part 5.301. The procurement is crucial for ensuring the Department's IT and telecom needs are met effectively, although this posting does not constitute a request for quotes and no further awards will be made. Interested parties can reach out to Frank Giguere at frank.c.giguere2@usdoj.gov or by phone at 202-451-7637 for more information.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    IT Support Services
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    RFI - Executive, Administrative and Professional Support Services
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking industry feedback through a Request for Information (RFI) for Executive, Administrative, and Professional Support Services, which will succeed the current Blanket Purchase Agreement held by Mayvin, Inc. This procurement aims to gather contractor assistance across over thirty labor categories, with an estimated value exceeding $200 million over five years, and will require personnel capable of working in a federal law enforcement environment at USMS Headquarters and various satellite offices nationwide. The services are critical for supporting USMS operations in areas such as human resources, finance, and program analysis, ensuring compliance with federal regulations and continuity of operations. Interested parties must submit their responses by December 12, 2025, and direct all communications to Christopher Jones at christopher.jones10@usdoj.gov or Julie Simpson at julie.simpson@usdoj.gov, with the subject line “Administrative Management RFI.”