Notice of Intent to Single Source - 27 SOCS Giant Voice System Maintenance
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, through the 27th Special Operations Contracting Squadron at Cannon Air Force Base, intends to award a single source contract for the maintenance and training of the Giant Voice AtHoc notification system to Acoustic Technology Incorporated. This procurement is essential for ensuring the operational integrity of the proprietary alarm notification system, which is critical for transmitting emergency announcements and requires specialized updates, maintenance, and training that only ATI can provide. The contract will be executed under the authority of 10 U.S.C 3204(a)(1) and is not open for competitive bidding; however, interested parties may submit their capabilities for consideration. The closing date for responses is April 11, 2025, at 12:30 PM Mountain Daylight Time, and inquiries can be directed to 1 Lt Ryan Welch at 575-784-6540 or ryan.welch.17@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Single Source Justification for the maintenance and training of the Giant Voice AtHoc notification system at Cannon Air Force Base (AFB). The 27 SOCONS contracting activity deems that repairs to the system, essential for transmitting emergency announcements, must be completed by May 1, 2025. The justification asserts that Acoustic Technology Inc. (ATI) is the sole provider capable of delivering proprietary parts, installation, testing, and training due to the exclusive nature of the system. No alternative solutions were found, preventing competitive bidding. Moving forward, any necessary replacements will be procured competitively where possible. The contract officer, 1 Lt Ryan Welch, confirms compliance with federal acquisition regulations, establishing that only one source is reasonably available for this contract action. The document reflects a commitment to maintaining critical communication infrastructure while navigating the constraints of proprietary technology in government operations.
    Lifecycle
    Similar Opportunities
    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.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    FY26_Notice of Intent to Award Sole Source_Instructional Management and Learning Support Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to C2 Technologies, Inc. for Instructional Management and Learning Support at Maxwell Air Force Base, Alabama. This contract, which spans a period of seven months from February 19 to September 25, 2026, aims to provide essential management, instruction, and program enhancements for both graduate and undergraduate levels at Air University. Interested parties are invited to submit capability statements by December 18, 2025, to the primary contacts, Samantha Millington and Mark K. Restad, via the provided email addresses and phone numbers, as this notice serves informational purposes only and does not constitute a request for competitive proposals.
    Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors for the Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network. This procurement involves network support services, specifically aimed at maintaining and enhancing the capabilities of the USAEDS, which plays a critical role in monitoring and detecting nuclear activities. Interested parties can reach out to Katie Day at katie.s.day.civ@mail.mil or by phone at 618-418-6265 for further details regarding the contract, which is categorized under the PSC code DG01 for IT and telecom services. The opportunity is currently in the justification phase, and specific funding amounts and deadlines have not been disclosed.
    AFSOC Innovation, Logistical, and Material Support OTA
    Dept Of Defense
    The Department of Defense, through the Air Force Special Operations Command (AFSOC), is seeking agile and scalable acquisition support under the "AFSOC Innovation, Logistical, and Material Support" Other Transaction Authority (OTA) contract. This initiative aims to rapidly develop, test, and integrate innovative capabilities to support mission priorities, including large-scale combat operations and special warfare requirements. The contract, which spans from July 2025 to July 2030, will focus on flexible support for innovation, prototyping, and experimentation, with deliverables defined in individual Work Tasks. Interested vendors are encouraged to submit capability statements and technical input, with inquiries directed to Christina Smith at christina.smith.44@us.af.mil or Shawn Edwards at shawn.edwards.14@us.af.mil. This opportunity does not obligate the government to award a contract and is part of ongoing market research.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Sole Source Combined Synopsis/Solicitation - Alta Data parts Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is issuing a sole source combined synopsis/solicitation for the procurement of specialized PCI Express cards and SCSI cable assemblies from Alta Data Technologies, LLC. The requirement includes the purchase and shipment of three units each of the PCIE4L-1553-4F-AT interface modules and SCSI-1553-4-01-T cable assemblies, which are critical for the Embedded Diagnostics System Re-Engineering Proof of Concept at Robins Air Force Base in Georgia. These components are essential for system test capabilities within the C5 Systems Integration Lab, and their proprietary nature necessitates sourcing exclusively from Alta Data Technologies to avoid significant project delays and additional costs. Interested parties can reach out to primary contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or secondary contact Teresa Duval at teresa.duval@us.af.mil for further information. The delivery of the products is required within 60 days of contract award, and the procurement falls under NAICS code 334515.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.