99 ABW Unify CP Upgrade
ID: F3G3EA4169AW01Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing at Nellis Air Force Base in Nevada. This procurement is aimed at enhancing the communications capabilities of the Las Vegas Regional Command Post, necessitated by the current system's end-of-life status and the absence of maintenance options. The contract, valued at $313,598.19, will be awarded to MCS of Tampa, Inc., the only provider with the specialized knowledge and security clearance required for the installation and support of Unify products, which are critical for effective emergency responses. Interested parties must submit their capability statements by September 23, 2024, at 10:00 AM Eastern Time, via email to Erin Lilly at erin.lilly.1@us.af.mil, as this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The 99th Contracting Squadron at Nellis Air Force Base intends to award a sole source contract to MCS of Tampa, Inc. for the Unify OpenScape Command and Control dispatch communications system. This contract, valued at $313,598.19, is essential to upgrade the Las Vegas Regional Command Post's communications capability due to the current system’s end-of-life status and lack of maintenance options. The selected contractor is the only provider with the specialized knowledge and security clearance needed for installation and support of Unify products, which are critical for effective emergency responses. The contract is justified under FAR 8.405-6, indicating that MCS's distinct qualifications support the limited sourcing decision. Comprehensive market research confirms that MCS of Tampa has previously been awarded multiple contracts for similar requirements, affirming its unique position. The contracting officer has assessed that this award represents the best value, aligning with Air Force operational needs and regulatory compliance for such procurements.
    The 99th Contracting Squadron intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing, citing that only one source can meet the specialized requirements of the project, under the authority of FAR 8.405-6(a)(1)(i)(B). This notice emphasizes that it is not a request for competitive proposals, and no solicitation document exists. Interested parties must submit a capability statement by 23 September 2024, detailing their qualifications and technical capacities to fulfill the requirement. Submissions that do not provide clear evidence of capability will not be considered. The Government retains discretion on whether future related procurements will be competitive or sole source based on the responses received. All capability statements should be emailed to the designated contact. This notice reflects the Government's intent to streamline the procurement process while ensuring that the necessary quality and specificity of the services are met.
    Lifecycle
    Title
    Type
    99 ABW Unify CP Upgrade
    Currently viewing
    Special Notice
    Similar Opportunities
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    800MHz Annual Operating and Infrastructure Contribution
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Air National Guard (NVANG), intends to award a non-competitive contract for the 800MHz Annual Operating and Infrastructure Contribution to Washoe County. This procurement aims to cover the annual operating costs and infrastructure contributions necessary for utilizing the 800MHz radio service, which is vital for public safety communications in Nevada. The service supports various emergency response agencies and is governed by the Federal Communications Commission (FCC), with a sole source agreement established since 2013 to ensure fair pricing through inter-agency collaboration. Interested parties must submit their capability statements by September 20, 2024, at 10:00 a.m. PDT, to Keith Trimble at keith.trimble.1@us.af.mil, referencing solicitation number W50S8C24QA026.
    L3Harris Communications Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award a sole-source contract for L3Harris Communications Support Services to enhance the operations of the Air Force Security Forces Center (AFSFC). The primary objective of this procurement is to provide comprehensive support, maintenance, and training for L3Harris communication systems, which are critical for military operations, including tactical radios that comply with NATO and NSA standards. The contract will cover a base year from September 30, 2024, to September 29, 2025, with two optional extension years, and interested vendors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, potential bidders can contact Mayra Hernandez at mayra.hernandez.1@us.af.mil or SSgt Jesse Vera at jesse.vera.1@us.af.mil.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEEN BLDG 64, ROOM 6, 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191 FOR 60 MONTHS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting two locations: Building 64, Room 6 at Creech Air Force Base (AFB) in Indian Springs, NV, and Building P6, Network Room at Nellis AFB in Las Vegas, NV, for a duration of 60 months. This procurement aims to enhance telecommunications capabilities, ensuring reliable data transmission between critical military installations. The solicitation is structured as a request for quote (RFQ), with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes, which should detail monthly and non-recurring charges, by the specified due date, and can direct inquiries to Jennifer Voss or Angelina Hutson via their provided email addresses.
    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.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    99 FSS Security Cameras
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition and installation of security cameras at Nellis Air Force Base, Nevada, under the solicitation number F3G3MH4235AC01. This procurement is designated as a Total Small Business Set-Aside and requires vendors to provide all necessary materials and services, including the installation of 35 surveillance cameras in various locations within the Warrior Fitness Center, ensuring comprehensive coverage for facility safety. Interested parties must submit their electronic quotes by 25 September 2024, at 1000 PDT, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, vendors can contact Justin Woosley at justin.woosley@us.af.mil or Agatha Keith Morrison at agatha.morrison@us.af.mil.
    NOCA - TPS Radios and Network Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Material Command (AFMC), is issuing a Notice of Contract Action (NOCA) for a sole-source contract with Persistent Systems LLC to provide IP Radios and network support equipment. The procurement aims to upgrade the X-62 VISTA aircraft, two T-38 aircraft, and the Test Pilot School control room with an MPU5 Internet Protocol (IP) based radio network, utilizing the Wave Relay System to ensure compatibility with existing systems at Holloman AFB and Davis Monthan AFB. This initiative is critical for enhancing communication capabilities within the USAF Test Pilot School, and the contract will adhere to Federal Acquisition Regulation (FAR) guidelines. Interested vendors capable of fulfilling the requirements are encouraged to submit capability statements by September 20, 2024, to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil.