Intent to Sole Source - Accelerate Concealed Comms Capability
ID: FA489024R0054Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ AIR COMBAT COMMAND AMICHAMPTON, VA, 23666, USA

NAICS

Semiconductor and Related Device Manufacturing (334413)
Timeline
    Description

    The Department of Defense, specifically the Headquarters Air Combat Command Acquisition Management and Integration Center, intends to award a sole source contract to Booz Allen Hamilton Inc. for the development of enhanced concealed communication capabilities through a photonic integrated circuit (PIC). The objective of this procurement is to create a preliminary design that allows legacy radio and data link waveforms to be concealed within the noise floor while ensuring resilience against jamming, which is critical for military applications. This initiative is part of a broader strategy to advance military communication technologies, addressing the limitations of conventional solutions that do not meet stringent operational requirements. The contract is valued at $150,000, with an anticipated award date on or before September 30, 2024. Interested parties must respond by September 11, 2024, to express their capability to meet the outlined requirements, as this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Single Source Justification for a contract valued at $150,000 to develop a photonic integrated circuit (PIC) aimed at enhancing concealed communication capabilities for the Department of Defense. The specific contractor, Booz Allen Hamilton (BAH), is justified as the sole source due to their unique expertise and previous successful research under a Cooperative Research and Development Agreement (CRADA) with Lockheed Martin, which did not yield the desired advancements using commercial off-the-shelf (COTS) components. The document emphasizes that conventional solutions do not meet the stringent size, weight, power, survivability, and performance requirements necessary for military applications. BAH's Principal Investigator is recognized for successfully creating a high-quality PIC, which has shown positive results in preliminary tests with U.S. tactical radios, prompting funding allocation from the Innovation Enabling Board. The funding supports immediate testing and validation, with the intention of shaping future prototypes based on the findings. This contract action aligns with the Air Force's strategic interests and aims to mitigate risks associated with the development of cutting-edge military communication technologies, hence a sole source award is deemed necessary. Future funding for subsequent phases will be sourced under different agreements, establishing a structured progression toward enhancing military capabilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source - Portable Radio Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the 628th Contracting Squadron at Joint Base Charleston, intends to award a sole source contract for Portable Radio Systems to L3Harris due to the proprietary nature of their AN/PRC-163 Radio System. This procurement is critical as the system uniquely meets military requirements for NSA Type 1 encryption, portability, and compatibility with existing military radio systems, which no other manufacturer can fulfill. The government will continue to monitor the market for potential alternative sources in the future, but for this contract, interested parties may submit capability statements or proposals for consideration. For further inquiries, contact SrA Bayley McKinney at bayley.mckinney@us.af.mil or call 843-963-3764.
    AIR FORCE CRYPTOLOGIC OFFICE COMMERCIAL SOLUTIONS OPENING
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking new and innovative capabilities in Electromagnetic Warfare (EW), Information Operations (IO), and electromagnetic digital communications. These capabilities will be used for a field demonstration within a year, utilizing mature technologies in novel ways through the application of novel material approaches or innovative services. The procurement is for an undisclosed quantity or service requirements, with a budget of less than $50M. The potential sustainment life cycle for any follow-on requirements will be determined based on the awards to be made. For more information, contact Carissa Heuertz at carissa.heuertz@us.af.mil or (210)977-5457.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Property and Fiscal Office-Alabama (USPFO-AL), intends to award a sole source contract to L3Harris Technologies, Inc. for the procurement of tactical radios and associated equipment, including the AN/PRC-163 20M Radio and PRC-158 with military GPS. These radios are critical for secure communications between aircrew and ground forces during mission-critical operations, requiring compliance with specific military standards for voice, data, and encryption capabilities. The sole source justification is based on market research indicating that L3Harris is the only supplier capable of meeting these stringent requirements, which will also align with existing military infrastructure to reduce costs. Interested parties may submit responses within 15 days of this notice to Douglas Seaton at douglas.seaton@us.af.mil, referencing PANNGB-21-P-0000-013736 in the subject line.
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy, Idaho Operations Office, intends to award a sole source contract to General Dynamics Mission Systems, Inc. for the procurement of seven TACLANE-FLEX Encryptors, which are National Security Agency (NSA) approved Type-1 Communications Security devices. This acquisition is critical for enhancing the Department's classified network infrastructure, ensuring compatibility with existing TACLANE-1F network encryptors, and adhering to stringent NSA regulations governing the distribution of such encryption equipment. The total estimated cost for this procurement is $157,150, and interested parties may submit capability statements within three calendar days of this notice to be considered by the Government. For further inquiries, contact Rebecca Hansen at 208-526-1720 or via email at hansenrb@id.doe.gov.
    70B04C24C20140612 – Notice of Intent - Raytheon Company
    Active
    Homeland Security, Department Of
    Notice of Intent - Raytheon Company The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to solicit and award a firm fixed price (FFP) sole source single contract award to Raytheon Company. The contract is for Cellular Over-the-Horizon Enforcement Network (COTHEN) support services. COTHEN is a multi-agency, voice communication network that encompasses remote command and control systems, airborne and marine mobile systems, and many special-purpose ancillary systems, controlled by software and network switching technology. The system is frequency adaptive and employs upgraded AES 256, type three (3) voice encryption. Raytheon Company is uniquely qualified as the only one responsible source and no other supplies or services will satisfy agency requirements source with the expertise to perform the software upgrades, equipment maintenance, and services required to support the proprietary software and equipment used on COTHEN. No other service or equipment will meet the Government's needs. This contract will be awarded by no later than August 20, 2024. For questions, please contact the following team members via a group email: Contract Specialist - Debbie Dean (debbie.d.dean@cbp.dhs.gov) and Contracting Officer - John Marschall (john.d.marschall@cbp.dhs.gov).
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.
    58--AMPLIFIER, X-BAND H
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 38 units of the AMPLIFIER, X-BAND H. This contract requires the manufacture and supply of specialized communication equipment, which is critical for military operations and systems. The procurement emphasizes strict compliance with quality assurance standards, including the prohibition of mercury contamination, and mandates government source inspection prior to acceptance. Interested vendors must submit their proposals via NECO or email by September 27, 2024, and can direct inquiries to Jamie Kershaw at 717-605-3233 or via email at jamie.kershaw@navy.mil.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.