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
    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
    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.
    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
    Notice of Intent: Sole Source Justification Borescope Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Cellular Enhancement System Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    JRE Help Desk
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    KVH Industries, Inc. (KVH) Static IP and Monthly Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH) for satellite airtime and one year of monthly maintenance fees. This procurement is critical as KVH is the sole provider of the required satellite airtime, which is currently in use, and the Government plans to negotiate exclusively with KVH under FAR 13.106-1(b). Interested parties who believe they can meet the requirements may submit a capability statement, proposal, or quotation to Jessica Glisson at jessica.k.glisson.civ@us.navy.mil by December 11, 2025, for consideration in determining whether a competitive procurement will be conducted. The NAICS code for this opportunity is 517410, with a small business size standard of $44 million.
    Notice of Intent to Award a Sole Source Contract - Kirtland AFB C4 (Command, Control, Communications, and Computer) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Command, Control, Communications, and Computer (C4) Services in support of Kirtland Air Force Base in New Mexico. This procurement aims to fulfill the requirements outlined in task order FA9401-23-F-0007, as detailed in the attached Sole Source justification document. The C4 services are critical for ensuring effective communication and operational command within military operations. Interested parties can reach out to Andrew Pascoe at andrew.pascoe@us.af.mil or Heather Shepard at heather.shepard.5@us.af.mil for further inquiries regarding this opportunity.