PureLifi Data Transmission Over Light Hardware - Notice of Intent to Sole Source
ID: 106924B1133Type: Special Notice
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)
Timeline
    Description

    The Department of State's Office of Acquisition Management intends to award a sole source contract to Meadowgate Technologies, LLC (DBA Vibrint) for the procurement of PureLiFi products, which are essential for enhancing data transmission capabilities using light technology. This acquisition aims to support the Bureau of Diplomatic Security's Directorate of Cyber and Technology Security by providing high-speed data connections in environments where radio frequency (RF) usage is restricted, thereby reducing risks associated with eavesdropping and interference. The hardware will be deployed in three distinct groups: for domestic officer demonstrations, for use in high-threat overseas locations, and for temporary setups requiring rapid deployment. Interested parties must submit their qualifications by September 17, 2024, to Lily Fangio at fangios@state.gov or Sara Marron at marronsm2@state.gov, with the understanding that the Government retains discretion over the procurement process and is not obligated to respond to inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of State's Office of Acquisition Management intends to award a sole source contract to Meadowgate Technologies, LLC (DBA Vibrint) for the acquisition of PureLiFi products, specifically designed to meet the unique requirements of the Bureau of Diplomatic Security's Directorate of Cyber and Technology Security. This acquisition supports the implementation of LiFi technology, which provides high-speed data connections using light instead of radio frequencies, making it suitable for areas with RF restrictions. The hardware will be deployed in three groups: for domestic officer demonstrations, to high-threat overseas posts, and for temporary setups requiring quick deployment. The sole-source determination is due to Meadowgate being the only authorized U.S. reseller of the needed products, complying with the new data-over-light security standard. Interested parties must submit their qualifications by September 17, 2024, with the understanding that the Government has discretionary power over the procurement process. The document emphasizes its non-obligation to respond or reimburse inquiries made in response to this notice.
    Lifecycle
    Similar Opportunities
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    Sources Sought for one (1) laser illumination system
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking sources for a laser illumination system designed for high-speed optical imaging applications at the U.S. Army Research Laboratory (ARL) in Aberdeen Proving Ground, Maryland. The system must provide steady state visible wavelength illumination capable of achieving frame rates of up to one million frames per second, with a minimum output power of 350 watts and pulsed laser durations as short as 25 nanoseconds, along with adjustable optics for varying illuminated areas. This procurement is critical for advancing military research capabilities, and interested vendors, particularly small businesses, are encouraged to respond with their qualifications and capabilities within five business days of the notice. For further inquiries, potential respondents can contact Shanna Dellinger at shanna.dellinger.civ@army.mil or Robert A. Edwards at robert.a.edwards147.civ@mail.mil, with a contract award date anticipated for September 17, 2024.
    Notice of Intent – Sole Source – Haivision Enterprise Media Platform
    Active
    State, Department Of
    The U.S. Department of State, through the American Consulate in Merida, Mexico, intends to award a sole-source contract to Superior Access Solutions Inc. for the Haivision enterprise media platform, which provides essential video encoding technology for low-latency video transmission over OpenNet to the U.S. Embassy and its associated consulates. This procurement is critical as Superior Access Solutions Inc. is the only authorized reseller for the State Department's video applications, ensuring compliance with federal regulations and the unique requirements of the U.S. Government. Interested parties are invited to submit capability statements within seven days of this notice, although the government is not obligated to procure any services, and all submissions will become government property without reimbursement for incurred costs. For further inquiries, interested vendors can contact Dennis Monschein at monscheindr@state.gov or Dalia Vargas at meridaprocurement@state.gov.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Outrider Receiver System
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) intends to negotiate a sole source procurement for an Outrider Receiver (ISR) system from Xone Technology, which specializes in providing precise geolocation capabilities for RF emissions. This procurement is critical for the DEA's operations, as the proprietary technology offered by Xone Technology is uniquely suited to meet the agency's specific requirements. The acquisition will be conducted under the FAR Part 13 "Simplified Acquisition Procedures," with a firm fixed-priced purchase order anticipated. Interested vendors may submit capability statements by September 26, 2024, at 10:00 AM EST, to Lisa Taylor at Lisa.Taylor2@dea.gov, as this notice does not constitute a request for competitive quotations.
    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 Intent to Sole Source under SAT
    Active
    State, Department Of
    The Department of State intends to award a sole source purchase order to AUTOLOGIC LLC for the upgrade of hardware and software associated with the Process Integration system currently maintained by the company. This procurement is essential for enhancing the operational capabilities of the existing system, ensuring it remains effective and up-to-date. The estimated value of this contract is $245,000, with an anticipated award date of September 30, 2024, and a performance period of six months. Interested parties may submit a capability statement by the notice closing date and can request a copy of the solicitation by contacting Sarah Duncan at duncans1@state.gov or Nichole Gross at GrossNS@state.gov.
    PR12913917 - DTSPO Internet Circuitfrom Nov 01 2024 to Oct 31 2025
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Rabat, Morocco, is seeking quotations for a 150Mbps Internet Service Provider (ISP) circuit, which will include 16 public IP addresses, for a 12-month period starting November 1, 2024, and ending October 31, 2025. The procurement requires a symmetrical internet connection with dedicated bandwidth, ensuring high-quality service that is distinct from residential offerings, and must meet specific technical requirements including a /29 subnet for static public IPs, 99.9% availability, minimal packet loss, and the capability to support Customer VPN encryption devices. This circuit will serve as a backup to an existing service and must be sourced from a different provider, with strict prohibitions against using products from ZTE, Huawei, and Xiaomi. Interested vendors are encouraged to submit their quotations to Mr. Taoufik Nouhi at rabatgsoprocurement@state.gov by the deadline of September 27, 2024.
    Vexlum SHG Laser
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Vexlum OY of Tampere, Finland for the procurement of Vexlum SHG Laser. This laser, known as VALO SHG SF – Visible single-frequency VECSEL, is used for specific applications in the field of semiconductor devices and associated hardware. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties may identify their interests and capability to respond to this requirement within 5 calendar days of the publication of this notice.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.