MSAT services
ID: D-25-ST-0134Type: Special Notice
AwardedApr 3, 2025
Award #:15DDHQ25P00000250
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATION
Timeline
    Description

    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to negotiate a sole source procurement for MSAT Airtime Service with NIC4, Inc. This procurement aims to secure specialized communication services essential for the DEA's operational effectiveness. The acquisition will follow the FAR Part 13 "Simplified Acquisition Procedures," and the anticipated award will be a firm fixed-priced purchase order. Interested vendors may submit a capability statement by March 19, 2025, at 10:00 AM Eastern Standard Time (EST) to Monica Gehrer at Monica.J.Gehrer@dea.gov for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    MSAT services
    Currently viewing
    Award
    Special Notice
    Similar Opportunities
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.
    Advanced Robotic Vehicles
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking information on advanced robotic vehicles intended for high-risk law enforcement applications. The procurement aims to identify products and technologies capable of operating in challenging environments, such as barricades, hazardous warrant executions, explosive ordinance disposal, and search and rescue missions. These robotic systems are crucial for enhancing safety and operational efficiency in law enforcement scenarios, requiring capabilities like mobility across diverse terrains, modular payloads, and robust control systems. Interested vendors must submit their responses electronically via SAM.gov within 15 days of the RFI's posting to the primary contact, Ryan F. Burke, at ryan.f.burke@dea.gov, or the secondary contact, Michael Eyes, at michael.s.eyes@dea.gov. This RFI is for planning purposes only and does not guarantee future procurement commitments.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Education, Department Of
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    KVH Industries, Inc. (KVH) Static IP and Monthly Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a noncompetitive Firm-Fixed-Price purchase order to KVH Industries, Inc. (KVH) for satellite airtime and one year of monthly maintenance fees. This procurement is critical as KVH is the sole provider of the required satellite airtime, which is currently in use, and the Government plans to negotiate exclusively with KVH under FAR 13.106-1(b). Interested parties who believe they can meet the requirements may submit a capability statement, proposal, or quotation to Jessica Glisson at jessica.k.glisson.civ@us.navy.mil by December 11, 2025, for consideration in determining whether a competitive procurement will be conducted. The NAICS code for this opportunity is 517410, with a small business size standard of $44 million.
    2-Nitrodiphenylamine (2-NDPA)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price contract on a noncompetitive basis to InCon Industries, Inc. for the procurement of 2-Nitrodiphenylamine (2-NDPA). This procurement is justified under FAR 13.106 (b) as InCon Industries, Inc. is the only known source capable of fulfilling the government's requirements for this chemical. The contract will be negotiated using other than full and open competition procedures, emphasizing the critical nature of this chemical in defense applications. Interested parties must submit their capabilities and interests by December 22, 2025, at 10:00 AM EST, and should direct their responses to Erica Sites via email, ensuring they are registered in the System for Award Management (SAM).
    Notice of Intent to Sole Source - Law Enforcement Officer Flying Armed
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to award a sole source contract for a digital Law Enforcement Officer Flying Armed command platform to ESI Acquisition, Inc. This platform is essential for the Law Enforcement/Federal Air Marshal Service and must be hosted in a FedRAMP High authorized Software-as-a-Service (SaaS) cloud environment, ensuring compliance with federal security standards. The TSA is seeking to fulfill this requirement under the authority of FAR 6.302, and while this notice is not a request for competitive proposals, interested parties may express their interest or capability to respond. For further inquiries, interested vendors can contact Kurt Allen at kurt.allen@tsa.dhs.gov.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to L3 Harris Communications for the procurement of specialized communication equipment, including the Port-L3H-XL185P-7/800-FKP-Blk-NA and various associated features and accessories. This procurement is essential for enhancing communication capabilities within the agency, particularly for operations requiring advanced radio and telecommunications equipment. The contract will be executed under Simplified Acquisition Procedures, with a notice closing date of January 7, 2026, at 5:00 PM Central Time. Interested parties may express their capability to meet this requirement to Jack Skogen at jackskogen@fws.gov within three calendar days of this notice.
    TACLANE-FLEX Customizable Encryption Platform
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.