D--Special Notice of Intent to Sole Source Award.
ID: DOIFFBO240205Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT SERVICESFalls Church, VA, 22041, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Norbit US LTD for the continued access to specialized software essential for processing multibeam sonar data. This procurement is aimed at securing the POSPac MMS with SmartBase and Qimera/Fledermaus FM Geocoder software, which is critical for standardized data processing in collaboration with partner agencies, including the U.S. Geological Survey (USGS). Norbit US LTD is uniquely qualified to provide the necessary expertise for utilizing this software, as they are the only vendor capable of supporting the specific requirements associated with the Norbit multibeam sonar. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzo_aragon@fws.gov, with the contract value not exceeding $250,000 and no competitive quotes being solicited.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source purchase of ElectroFisher Backpacks
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service intends to award a sole source purchase order for ElectroFisher Backpacks, specifically from the Original Equipment Manufacturer (OEM), Smith-Root. This procurement is necessary for the Forest Service's operations, as these specialized backpacks are critical for conducting fish population assessments and habitat restoration efforts. The delivery of the items is requested within thirty days after receipt of order, with early shipments encouraged at no additional cost to the government. Interested parties may submit quotations to Jerry Meeks at jerry.meeks@usda.gov by 12:00 P.M. (CST) on October 2, 2024, for consideration, although the government reserves the right to proceed without competition based on the responses received.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Intent to Sole Source - Acoustic Telemetry Fish Tags and Receivers
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE intends to procure 500 acoustic telemetry fish tags and 8 acoustic receivers from Innovasea Marine Systems Canada Inc. The tags and receivers will be used to supplement existing telemetry tagged fishes in the tailwaters of Lock and Dam 22 on the Mississippi River. The procurement is on a sole source basis and is not open for competitive quotes. Interested small-business firms can submit capability statements by December 14, 2023. The contract will be awarded to Innovasea Marine Systems Canada Inc. The service/item being procured is acoustic telemetry fish tags and receivers, which are used to track and monitor fish species in the Mississippi River.
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    Pacific Northwest Research Station Acoustic Song Meter
    Active
    Agriculture, Department Of
    The USDA Forest Service is planning to award a single-source contract to Wildlife Acoustics, Inc. for the procurement of 33 portable acoustic song meter mini 2 Li-ion units. These specialized recording devices are essential for bioacoustic monitoring of wildlife species in the Colville National Forest, supporting the Collaborative Forest Landscape Restoration Project by collecting extensive sound data with low maintenance over extended periods. The selection of Wildlife Acoustics is based on their unique technical capabilities and previous successful testing of their equipment by the Pacific Northwest Research Station. Interested vendors have 7 days from the notice to express their capabilities, although competition is not anticipated, with the planned award expected in September 2024. For further inquiries, interested parties can contact Jennifer LaBarge at jennifer.labarge@usda.gov.
    Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to enter into sole-source negotiations with Kongsberg Defence & Aerospace AS for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control System and Weapon Control System subsystems. This procurement arises from the U.S. Government's lack of technical data rights necessary for competitive bidding, as outlined in the Federal Acquisition Regulation, making Kongsberg the only responsible source capable of fulfilling the requirements. The contract is expected to be awarded in the second quarter of fiscal year 2025, with a performance period from February 2025 through March 2027. Interested parties may submit capability statements within 15 calendar days of this notice, and all communications should be directed to Tessanna H. Curtis at tessanna.curtis@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.
    D--Seismic Amplitude Analysis Tool for BOEM
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Ocean Energy Management (BOEM) intends to issue a sole source contract for the Seismic Amplitude Analysis Tool, specifically utilizing Lognormal Solutions’ Seismic Amplitude Analysis Module (SAAM) software. This procurement aims to enhance the Bureau's capabilities in analyzing seismic amplitude anomalies, which is crucial for assessing risks associated with oil and gas prospects by identifying and quantifying Direct Hydrocarbon Indicators (DHI) within extensive seismic data. The contract will have a performance period of twelve months, with the possibility of four extensions, and is classified under NAICS code 541519. Interested firms may submit capability statements by October 4, 2024, and should direct inquiries to David Villani at david.villani@bsee.gov or by phone at 703-787-1756.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    NOTICE OF INTENT TO SOLE SOURCE NMESIS SPARE PARTS BLOCK
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for the provision of spare parts necessary for the sustainment of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This procurement is necessitated by the lack of technical data rights for critical subsystems, which precludes competitive acquisition as per Federal Acquisition Regulation guidelines. The anticipated contract award is expected in the second quarter of fiscal year 2025, with a performance period extending from February 2025 through March 2027. Interested parties may submit capability statements within 15 days of this notice, but the government retains discretion over whether to pursue competition based on the responses received. For further inquiries, interested contractors can contact Robert K. Crowder at robert.crowder@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.