INTENT TO SOLE SOURCE NOTIFICATION : EclipesVox AI System (EVAS) Integrated Automated Speech Recognition Court Reporting System.
ID: FA701424R0062Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Other Computer Related Services (541519)

PSC

EQUIPMENT AND MATERIALS TESTING- ADP EQUIPMENT/SOFTWARE/SUPPLIES/SUPPORT EQUIPMENT (H270)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to eVerbatim Inc. for the EclipesVox AI System (EVAS), an Integrated Automated Speech Recognition Court Reporting System. This system is required to provide real-time transcription with over 90% accuracy and must operate independently of internet connectivity, addressing the unique needs of military courtrooms. The acquisition is critical for maintaining compliance with military judicial practices and enhancing the efficiency of court proceedings. Interested parties are encouraged to submit their qualifications and small business status related to this procurement by September 8, 2024, with further inquiries directed to the primary contact, Irinieta Tabuyaqona, at irinieta.tabuyaqona.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Sole Source Justification by the Air Force for acquiring a comprehensive court reporting technology system from eVerbatim, Inc. This system employs Automated Speech Recognition (ASR) to fulfill the legal requirements for verbatim transcription in court-martial proceedings, adhering to Department of the Air Force instructions. The acquisition involves a Firm Fixed Price Purchase Order that includes software subscriptions, auxiliary hardware, and training services over several years. The Air Force emphasizes the need for a standalone system that operates without internet connectivity, as many military courtrooms lack commercial internet access. The EclipseVox AI System (EVAS) is highlighted as the only solution meeting the unique military court requirements, capable of real-time transcription with over 90% accuracy, and offering integrated hardware support and training. After extensive market research, it was determined that eVerbatim, Inc. is the sole provider capable of delivering a fully integrated system that complies with military specifications. The document asserts the necessity of this acquisition to maintain compliance with military judicial practices and to enhance the efficiency and accuracy of court proceedings.
    The Department of the Air Force intends to award a sole-source contract to eVerbatim Inc. for the EclipesVox AI System (EVAS), which is an Integrated Automated Speech Recognition Court Reporting System. This notice serves as a pre-solicitation synopsis; no competitive proposals will be requested as thorough market research shows that no other vendors can meet the stringent requirements for a fully integrated court reporting system. The system must provide real-time transcription with over 90% accuracy and function without an internet connection. The justification for the sole-source award cites that eVerbatim Inc. is the only authorized supplier for the U.S. Armed Forces, positioning them as the sole responsible source capable of fulfilling the government's needs without causing delays. Interested parties are invited to submit their qualifications and small business status related to the procurement action (NAICS code 541519) by September 8, 2024. The conclusion emphasizes that the government reserves the right to proceed without competition based on the responses received. Contact information for the primary contracting officer and an Ombudsman is provided for further inquiries.
    Similar Opportunities
    Intent to Sole Source - Advantor Duress System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB) in Nevada, intends to award a sole source contract to Advantor Systems Corp. for the procurement and installation of a Duress Intrusion Detection System (IDS). This contract will include the purchase of four wireless duress remotes, one receiver, and one IDS panel, with the decision to select Advantor as the sole source based on their unique capabilities and proprietary rights, ensuring compatibility with existing security systems. The procurement is critical for maintaining the integrity and reliability of security operations at Nellis AFB, as Advantor is the only certified provider that meets the specialized requirements outlined by the Air Force Security Forces Center. Interested parties must submit capability statements, including technical data and cost information, by September 23, 2024, at 10:00 AM Pacific Time, to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
    Judge Advocate General (JAG) Courtroom
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Judge Advocate General (JAG) Courtroom project, which involves the procurement of commercial products or services related to audio equipment. The solicitation is a total small business set-aside, focusing on the manufacturing of headsets, handsets, microphones, and speakers, categorized under NAICS code 334220. These goods are crucial for effective communication within military legal proceedings, ensuring that all parties can engage clearly and efficiently. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are currently being requested with no written solicitation to follow.
    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.
    BRAND NAME OEM INTERSPIRO VOICE AMPLIFIERS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of 40 Interspiro Voice Amplifiers, specifically part number 3092-1200C, under a Total Small Business Set-Aside. This firm-fixed-price supply contract is essential for the Military Sealift Command, ensuring that the new equipment integrates seamlessly with existing safety systems aboard the USNS Lewis and Clark (T-AKE 1), particularly the SCBA face masks. The solicitation is set to close on September 20, 2024, with a required delivery date of September 15, 2024, and interested vendors must register in the System for Award Management (SAM) and submit their offers to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil.
    Notice of Intent to Award Sole Source to Vitrek LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to award a sole source contract to Vitrek LLC for the procurement of a RazorMax CSE1612G-LR Signal Recording System, along with associated items, with a quantity of one. This specialized equipment is critical for signal recording applications within defense operations, ensuring accurate data collection and analysis. The primary contact for this procurement is Contract Specialist James K Blake, who can be reached at james.k.blake@navy.mil or by phone at 619-376-0860 for any inquiries related to this opportunity.
    Court Reporting Services Memphis and Louisville VA Medical Centers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide court reporting services for the Memphis and Robley Rex VA Medical Centers, as well as associated Community Based Outpatient Clinics (CBOCs). The procurement involves a five-year contract with a total budget of $19 million, requiring contractors to supply qualified court reporters and necessary equipment for various hearings, including Administrative Investigation Boards (AIBs), Equal Employment Opportunity (EEO) hearings, and Merit Systems Protection Board (MSPB) hearings. This initiative underscores the importance of maintaining high standards of documentation and compliance with federal regulations while supporting veteran-owned businesses. Interested parties should contact Shawn Hendricks at shawn.hendricks@va.gov for further details regarding the solicitation, which is outlined in the attached SF 1449 document.
    99 ABW Unify CP Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing at Nellis Air Force Base in Nevada. This procurement is aimed at enhancing the communications capabilities of the Las Vegas Regional Command Post, necessitated by the current system's end-of-life status and the absence of maintenance options. The contract, valued at $313,598.19, will be awarded to MCS of Tampa, Inc., the only provider with the specialized knowledge and security clearance required for the installation and support of Unify products, which are critical for effective emergency responses. Interested parties must submit their capability statements by September 23, 2024, at 10:00 AM Eastern Time, via email to Erin Lilly at erin.lilly.1@us.af.mil, as this notice is not a request for competitive proposals.
    JAGC eDiscovery Software-as-a-Service Solution
    Active
    Dept Of Defense
    The Department of the Air Force is conducting a Request for Information (RFI) to identify potential sources for an eDiscovery Software-as-a-Service (SaaS) solution capable of managing Department of Defense (DoD) Impact Level (IL)-5 data. This initiative aims to support the legal operations of the Judge Advocate General Corps by ensuring compliance with the Federal Rules of Civil Procedure and enhancing the efficiency of legal proceedings through a FedRAMP-approved system that meets stringent cybersecurity standards. Interested vendors are invited to submit capability statements detailing their solutions, including cloud presence and support capabilities, with responses due by September 30, 2024. For further inquiries, contact MSgt Irinieta Tabuyaqona at irinieta.tabuyaqona.1@us.af.mil.
    VOIP Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VOIP training contract focused on Cisco Unified Call Manager (CUCM) at Eielson Air Force Base in Alaska. The training aims to equip ten government technicians with the necessary skills to administer and maintain the CUCM VoIP enclave, ensuring they are prepared for Cisco certification testing. This initiative is crucial for enhancing operational readiness and minimizing downtime in voice communications systems. The contract, valued at $16,000,000, is set to commence from October 1, 2024, to October 14, 2024, with quotes due by 10:00 AM AKST on September 24, 2024. Interested parties can direct inquiries to James Cameron at james.cameron.15@us.af.mil or Nicholas Johnson at nicholas.johnson.83@us.af.mil.
    Notice of Intent to Sole Source (NOCA) F-16 Instrumentation Modernization Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center (AFTC), intends to award a sole source contract for the F-16 Instrumentation Modernization Upgrade to Quasonix, Inc. This procurement involves the acquisition of C-band telemetry dual STC transmitters, which are critical for enhancing the telemetry capabilities of the F-16 aircraft. The contract is expected to be awarded by September 30, 2024, with responses due by 4:00 p.m. Pacific Daylight Time on September 22, 2024. Interested contractors must submit a technical package demonstrating their ability to meet the requirements and must be registered in the System for Award Management (SAM). For further inquiries, contact Cole Staron at cole.staron@us.af.mil or Brianna Vicsotka at brianna.vicsotka.1@us.af.mil.