Intent to Sole Source - VTC Warranty
ID: F3GTFC5024A001Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base, intends to award a sole source contract to Karcher Group Inc. for the extended warranty and preventative maintenance of five video teleconferencing (VTC) systems. This contract, valued at approximately $39,800, will cover all components associated with the VTC systems, including control panels, cameras, and other audiovisual equipment, ensuring their operational readiness and reliability. The justification for this sole source procurement is based on Karcher Group Inc.'s exclusive prior involvement in the purchase and installation of the equipment, making them uniquely qualified to fulfill the warranty requirements. Interested parties are encouraged to express their interest and capability by responding to SrA Sencere Gilbert via email by 1:00 PM PST on April 8, 2025, with the subject line “F3GTFC5024A001 - VTC Warranty” to avoid filtering issues.

Point(s) of Contact
Sencere T. Gilbert
sencere.gilbert@us.af.mil
Files
Title
Posted
Apr 2, 2025, 5:06 PM UTC
The 99th Contracting Squadron at Nellis AFB, NV, intends to award a sole source contract to Karcher Group Inc for preventative maintenance of video teleconferencing systems (VTCs), as permitted under FAR 13.106-1(b)(1). Interested parties are encouraged to express their interest and capability to fulfill this requirement by responding by 1:00 PM PST on April 8, 2025. The government will assess the responses solely to determine whether to pursue a competitive procurement. Responses must be submitted to SrA Sencere Gilbert at the specified email, ensuring the subject line reads “F3GTFC5024A001 - VTC Warranty” to avoid filtering by Nellis AFB’s email system. Acceptable document formats for attachments are limited to .PDF, .doc, .docx, .xls, and .xlsx, while other file types may be deleted. This notice underscores the government's intent to streamline contractual services while providing an opportunity for potential competitors to express their interest in similar capabilities.
Apr 2, 2025, 5:06 PM UTC
The document is a Single Source Justification for a contract related to an extended warranty for five video teleconferencing (VTC) systems managed by the 99th Contracting Squadron (99 CONS). The estimated contract cost is $39,800, and it aims to cover all components associated with the VTC systems, including control panels, cameras, and other audiovisual equipment. The justification for selecting a single source, Karcher Group Inc. (KGI), is based on the fact that all equipment was purchased and installed by KGI, and the current warranty is being extended with them. Efforts to obtain competition were deemed unnecessary due to the specific requirements of the VTC systems, which no other vendor can fulfill. The contract officer has determined that only KGI is reasonably available, in line with FAR regulations. To prevent future instances of single source contracting, 99 CONS intends to conduct ongoing market research to identify potential alternatives that meet operational goals. This document illustrates the procedural necessity of justifying single-source contracts within government procurement practices.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
its intent to award a sole source purchase order for preventive maintenance service plan on the Betterbuilt R620LP Cage & Rack Washer
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 09, intends to award a sole source purchase order for a preventive maintenance service plan for the Betterbuilt R620LP Cage & Rack Washer. This procurement is essential as Betterbuilt is the original equipment manufacturer (OEM) of the washer, and only authorized vendors, such as Omni Management, are permitted to conduct maintenance and repairs to ensure compliance with manufacturer support and warranties. The contract is expected to be awarded in accordance with FAR 13.106-1(b), with an anticipated award date of May 5, 2025. Interested parties can contact Carmen Hanczyk at carmen.hanczyk@va.gov or by phone at 615-225-5973 for further information.
SOLE SOURCE RIEGL VZ-20001 3D TLS 2 YEAR MAINTENANCE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source contract for the maintenance of two Riegl VZ-20001 3D terrestrial laser scanners (TLS) over a two-year period. The procurement aims to ensure reliable operation and maintenance of advanced imaging equipment, which is critical for precision tasks in governmental operations. The selected contractor, Riegl USA, will perform comprehensive maintenance, recalibration, firmware updates, and performance testing on the scanners, with the anticipated contract award date set for April 23, 2025, and an estimated delivery schedule on or before July 2, 2025. Interested parties may submit capability statements or proposals to the primary contact, Amber Marshall, at amber.marshall.4@us.af.mil or by phone at 801-777-3484.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
99 CES Repair Nitrogen and Replace DCB Transformer
Buyer not available
The Department of Defense, through the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Sonepar Mountain Holdings LLC for the repair of a nitrogen leak and replacement of the Dual Column Dehydrating Breather (DCB) for the Waukesha 69Kv Transformer T2. The contractor will be responsible for diagnostics, repair, and testing of the nitrogen systems to ensure compliance with manufacturer specifications and relevant safety codes, including the International Building Code and National Electrical Code. This initiative is crucial for maintaining critical infrastructure and ensuring operational reliability at Nellis AFB. Interested parties may express their capability to respond to this requirement by submitting their responses electronically by 9:00 AM PST on April 15, 2025, to A1C Samuel Toledo at samuel.toledo.1@us.af.mil, with specific subject line requirements to avoid email filtering issues.
Sole Source Helitune
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Corpus Christi Army Depot, is seeking to award a sole-source contract to Helitune, Inc. for the maintenance and calibration of the Helitune WhirlTrak System, which is vital for ensuring helicopter rotor blade quality control. The contract encompasses annual calibration, preventative maintenance, spare parts provisioning, and on-site repair services, structured as a Hybrid Firm-Fixed Price/Time and Material contract with a base year and two additional option years. This procurement is critical as Helitune, Inc. is the only vendor with the proprietary rights and expertise necessary to maintain the system according to OEM specifications, ensuring compliance with safety standards. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@mail.mil for further information, with proposals due by November 8, 2024, at 4:00 PM.
J065--Laser Devices Preventative Maintence Service
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, intends to award a sole-source contract for preventative maintenance services on laser devices to Acclarent Inc. This procurement aims to ensure the continued operation of precision laser systems, which are critical for providing timely medical care to veterans. The contract will be a Firm Fixed Price award for a one-year base period with four additional one-year option periods, emphasizing the importance of maintaining these essential medical devices. Interested parties may express their interest and capability to meet the requirements by April 14, 2025, at 12:00 PM PST, by contacting Contract Specialist Bruce Lundvall via email at bruce.lundvall@va.gov.
Renew 12 Month Full Coverage Warranty on existing Bookeye Scanner
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of a 12-month full coverage warranty on an existing Bookeye 5 V2 Book Scanner, serial number BE5-V2-a8a159d1995a, to EME Corporation. This procurement aims to ensure ongoing technical support and comprehensive hardware and software coverage for the scanner, which is essential for maintaining its operational efficiency. The warranty renewal reflects the government's commitment to sustaining access to critical technology and continuous service for its operational needs. Interested vendors must respond with their capabilities by April 16, 2025, at 10:00 AM EST, and should direct inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
Purchase VGStudio software maintenance
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC-IHD), intends to award a sole-source contract for the renewal of VGStudio MAX software maintenance to VCloud Tech. This procurement aims to secure comprehensive software maintenance services, including phone and email support for two instances of the software, along with downloadable updates for a minimum of 12 months, ensuring compatibility with Microsoft Windows 10 and 11 without requiring hardware changes. The maintenance is crucial for supporting nondestructive evaluation (NDE) activities while adhering to federal security requirements, as all services must be accessible without direct internet connection. Interested parties must submit their capabilities by April 25, 2024, at 10 AM (EST) to Nicole Coleman via email at nicole.coleman@navy.mil, and must be registered in the System for Award Management (SAM).
Notice of Intent to Sole Source - Remote Weapon Station Effort
Buyer not available
The Department of Defense, specifically the Marine Corps, intends to negotiate a sole-source contract with Kongsberg Defense & Aerospace Inc. for the procurement of a Remote Weapon Station, along with training, spares, engineering services, and sustainment. This procurement is critical as the Remote Weapon Station is the only known solution that meets the U.S. Marine Corps' requirements and is compatible with the MADIS Inc. 1 Command & Control software baseline. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability responses by 10:00 AM local time on April 17, 2025, to Mr. Justin Hempe and Ms. Stasia Baker via the provided email addresses.
Amendment 1 - Secure Video Teleconferencing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconferencing (VTC) systems at Spangdahlem Air Base in Germany. The project entails engineering, furnishing, installing, and testing three VTC suites in Building 3030 and two suites in Building 23, aimed at enhancing secure communication capabilities for USAFE, NATO, and EUCOM partners. This initiative is critical for ensuring effective secure communications in military operations, adhering to stringent cybersecurity regulations and standards set by the Department of Defense. Interested contractors must submit their proposals by May 2, 2025, and are encouraged to attend a site visit on April 15, 2025, with prior registration required. For further inquiries, potential bidders can contact Angelo Minisini at angelo.minisini@us.af.mil or Tyler Seng at tyler.seng@us.af.mil.