Notice of Intent to Sole Source ATIS and 3GPP Annual Membership
ID: AA-NTI-SE-O-26-00102Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL TELECOMMUNICATIONS AND INFORMATION ADMINISTRATIONDEPT OF COMMERCE NTIA/FIRST NETRESTON, VA, 20192, USA

NAICS

Professional Organizations (813920)

PSC

EDUCATION/TRAINING- TUITION/REGISTRATION/MEMBERSHIP FEES (U005)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Commerce, specifically the National Telecommunications and Information Administration (NTIA), intends to award a sole source purchase order to the Alliance for Telecommunications Industry Solutions, Inc. (ATIS) for a yearly membership that includes participation in the Alliance for Telecommunications Next G Alliance and the Third Generation Partnership Project (3GPP). This procurement is essential for FirstNet to fulfill its statutory mission under the Middle Class Tax Relief and Job Creation Act of 2012, which mandates the development of a wireless broadband network for first responders using open standards and LTE technology. ATIS and 3GPP are the only organizations capable of providing the necessary standards and oversight for FirstNet to develop critical public safety features and capabilities for the National Public Safety Broadband Network (NPSBN). Interested parties must submit capability statements by email to Kimberly Luke at Kimberly.Luke@FirstNet.gov by 3:00 PM (EST) on December 8, 2025, with the subject line “FirstNet Special Notice AA-NTI-SE-O-26-00102.”

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a sole source determination for FirstNet to procure memberships and related fees from the Alliance for Telecommunications Industry Solutions (ATIS). This acquisition is deemed essential for FirstNet to fulfill its statutory mission under the Middle Class Tax Relief and Job Creation Act of 2012. The Act mandates FirstNet to build and operate a wireless broadband network for first responders using open standards and LTE technology, while also representing public safety interests in relevant standards organizations. ATIS and 3GPP are identified as the only standards bodies that can provide the necessary participation for FirstNet to develop critical public safety features and capabilities for the National Public Safety Broadband Network (NPSBN). Specifically, 3GPP is the sole organization responsible for creating and evolving the mandated technology and defining mission-critical services. ATIS is the only North American organization providing industry oversight and is the exclusive means for a US entity to obtain 3GPP membership. Additionally, ATIS uniquely manages the essential Public Land Mobile Network (PLMN) IDs required for FirstNet network operation. The contracting officer has determined that ATIS is the only source capable of meeting these unique requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source to ORBCOMM, INC.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to ORBCOMM, INC / DBA ORBCOMM AIS LLC for satellite and terrestrial Automated Information System (AIS) data subscriptions. This procurement is critical as the Foreign Military Sales (FMS) Letters of Offer and Acceptance (LOAs) for participating nations designate ORBCOMM as the required data provider, making compliance essential to avoid breaches of contract. Interested parties who believe they can meet the requirements are encouraged to express their interest and capabilities by emailing Corbin Walters at Corbin.C.Walters.civ@us.navy.mil by December 10, 2025, at 1300 PST. All vendors must be registered with the System for Award Management (SAM) to be eligible for consideration.
    Crowdsourced Data Program Solution
    Buyer not available
    The Department of Commerce, through the National Telecommunications and Information Administration (NTIA), is seeking proposals for a Crowdsourced Data Program solution under solicitation number AA-NTI-SE-O-26-00020. The objective of this procurement is to leverage device-based crowdsourced data to analyze and report on network usage, performance, and coverage for public safety users across all 56 States and Territories. This initiative is crucial for enhancing the understanding of end-to-end quality of experience for public safety communications. The contract will be structured as a Firm-Fixed-Price Purchase Order with a 12-month base period and four 12-month option periods, with evaluations based on technical solutions, prior experience, and price. Interested vendors can reach out to Adam Powell at Adam.Powell@Firstnet.gov or Claire Rotruck at claire.rotruck@firstnet.gov for further inquiries.
    ASTM CUSTOMIZED COMPASS PORTAL SUBSCRIPTION
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the renewal of the customized COMPASS portal subscription with ASTM, located in West Conshohocken, PA. This subscription provides access to a comprehensive collection of standards, including the Complete 15 volume Book of Standards, various Digital Library content, and selected European Normative Standards, ISO, and IEC Standards. The procurement is critical as ASTM is the sole provider of these services, holding exclusive rights to the content and archives, and no competitive proposals will be solicited. Interested parties may express their interest and capability via email to Randy E. Schroyer at randy.schroyer@nist.gov by 5:00 PM EST on December 26, 2024, with a firm fixed-price purchase order expected to be issued around January 27, 2025, for a one-year period with four additional one-year options.
    R&S Basic Hardware Warranty Services
    Buyer not available
    The Department of Commerce, specifically the National Telecommunications and Information Administration (NTIA), is seeking to procure Basic Hardware Warranty Services for its FirstNet initiative. This procurement aims to ensure the reliability and maintenance of essential IT and telecom business application software, which is critical for the effective operation of telecommunications services. The services will be performed in Boulder, Colorado, and interested vendors can reach out to Alejandra Loyet at alejandra.loyet@firstnet.gov for further details. The opportunity is currently justified under a specific notice type, and additional context can be found in the attached justification document.
    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.
    Limited Sources Justification and Approval FAR Part 8.4
    Buyer not available
    The Department of State is seeking to procure cellular phone services for its employees and authorized users on a short-term basis of six months. This procurement aims to ensure the continuity of mission-critical cellular communications, including emergency notification services, while longer-term contract vehicles are being established. The services will be provided through sole source task orders to AT&T Wireless, T-Mobile, and Verizon under GSA’s SIN 517312 – Wireless Mobility Solutions, with a focus on maintaining fair and reasonable pricing based on GSA-set rates. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    Limited Sources Justification and Approval FAR Part 8.4
    Buyer not available
    The Department of State is seeking to award a six-month sole source contract for cellular phone services to AT&T Wireless, T-Mobile, and Verizon, ensuring continued communication capabilities for all Department employees and authorized users. This temporary procurement is critical to maintain essential services, including voice, data, international roaming, mobile hotspots, and emergency notifications, while the Department finalizes longer-term contract vehicles. The urgency of this contract arises from delays caused by an internal reorganization, which jeopardized the development of a suitable requirements document, potentially leading to a complete loss of cellular capabilities. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    Limited Sources Justification and Approval FAR Part 8.4
    Buyer not available
    The Department of State is seeking to procure short-term cellular phone services for all Department of State (DOS) employees and authorized users, with a contract duration of six months. This procurement aims to address an urgent need for voice and data plans, international roaming, mobile hotspots, and emergency services while longer-term contract vehicles are being established. The services will be provided through sole source task orders to AT&T Wireless, T-Mobile, and Verizon, as determined necessary due to delays in follow-on awards and an internal reorganization. Interested parties can reach out to Andrew Rothstein at RothsteinAT@state.gov or David Ziemba at ziembade@state.gov for further information.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.