Automated Fee Machine (AFM) Support
ID: W912ES25PA006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, St. Paul District, intends to solicit and award a sole source contract for Automated Fee Machine (AFM) support services. The procurement aims to secure licensing fees for the VenTek Automated Fee Machines, which are essential for managing boat ramp and campground operations. The selected contractor, Caracal Enterprises LLC dba VenTek International, is expected to provide support and service management software tailored to the Government's specific needs, with a contract structure comprising a base year and four one-year option periods. Interested parties must submit their capability statements and contact information via email to Theodore Hecht by 2:00 PM Central Time on March 4, 2025, to be considered for this opportunity.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Intent to Sole Source - Acoustic Telemetry Fish Tags and Receivers
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure 500 acoustic telemetry fish tags and 8 NexTrakR1 receivers for fish tracking purposes, on a sole source basis with INNOVASEA (VEMCO). The procurement includes 200 V13-1x tags with a battery life of approximately 633 days and 300 V16-4x tags with an estimated battery life of 2333 days, both operating at a frequency of 69 kHz, along with durable, waterproof receivers designed for diverse aquatic environments. This acquisition is critical for enhancing the efficacy of the Corps' telemetry initiatives in ecological research and conservation efforts. Interested small-business firms may submit capability statements to the Contracting Officer by April 21, 2025, at 10:00 PM CDT, with all submissions directed to Stanley Bolton at stanley.l.bolton@usace.army.mil, and a copy to Christopher McCabe at christopher.a.mccabe@usace.army.mil.
Notice of Intent to Sole Source, Additional Components for HAAS Toolroom CNC Mill System and Meltio System for ERDC GSL
Buyer not available
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to issue a sole source award to Phillips Corporation for additional components related to its HAAS Toolroom CNC Mill System and Meltio System. The procurement includes specific items such as an SMC Chiller, Laser Alignment Camera Calibration System, External Wirefeeder Stand, and maintenance services, all of which must be compatible with existing equipment previously supplied by Phillips Corporation. This procurement is critical as Phillips Corporation is the only authorized vendor capable of providing the necessary components and installation services due to their unique knowledge of the systems. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 1:00 PM CST on April 17, 2025, for consideration in determining whether to conduct a competitive procurement.
J025-- Fleet Management System (FMS)
Buyer not available
The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Government Marketing & Procurement, LLC for the implementation of a Fleet Management System (FMS). This system is designed to enhance the management, reservation, and access of government vehicles, transitioning from paper-based processes to a more efficient electronic system that allows VA employees 24/7 access to vehicle keys and a computerized dispatching system. The FMS will be installed at the Columbia VA Health Care System and its seven outpatient clinics, accommodating up to 56 vehicles, and will include a secure key-control system, web-based management tools, and training for VA staff, along with ongoing maintenance and technical support. Interested contractors are invited to submit capability statements by March 13, 2025, and can contact Contract Specialist Stanley Turner at stanley.turner@va.gov or 404-828-5310 for further information.
Service Contract for Facilitation of KOV-21 New Production and Battery Refresh.
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking potential sources for the organic facilitation of KOV-21 Card new production and battery refresh at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to acquire a technical data package (TDP) necessary for the manufacturing and maintenance of the KOV-21 card, a critical cryptographic component used in the Simple Key Loader (SKL), which includes assembly procedures, test protocols, and specialized test equipment. Interested companies are encouraged to submit capability statements that demonstrate their experience and understanding of the KOV-21 requirements by April 27, 2025, as this opportunity serves as a preliminary market research effort rather than a solicitation for proposals. For further inquiries, interested parties may contact Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
Maintenance and Support Contract for KAF Apache Program
Buyer not available
The U.S. Army Corps of Engineers (USACE) is conducting a Sources Sought announcement to identify qualified parties capable of supporting the Kuwait Ministry of Defence's Sustainment, Restoration, and Modernization (SRM) Program for the Kuwait Air Force (KAF) Apache Operations and Maintenance program. This opportunity aims to gather information on industry capabilities to fulfill the requirements for maintenance and support services, which are critical for the operational readiness of the KAF Apache fleet. Interested vendors are invited to submit a Statement of Capabilities by April 21, 2025, at 10:00 AM EST, with submissions directed to the Contracting Officer, Eric Caruso, and Contract Specialist, Mikayla Shanholtzer, via their respective email addresses. This announcement does not constitute a Request for Proposal, and the government assumes no financial responsibility for costs incurred in response to this market survey.
INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
Consumable Repair and Spare Parts for PVD System
Buyer not available
The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), intends to award a sole source contract for consumable repair and spare parts for Physical Vapor Deposition (PVD) Systems to Protec Surface Technologies. This procurement is essential for maintaining the operational efficiency of the PVD systems, which are critical for the Bureau's printing processes. Interested parties are advised that this notice is not a request for competitive proposals, and any inquiries must be submitted via email to Erica Hemphill by 3:00 PM EST on April 16, 2025. Additionally, all interested vendors must be registered and active in the System for Award Management (SAM) to be eligible for consideration.
The Government requires service visits from RPM Innovations to perform a decommission and reinstall of a Rapid Prototype Machine (RPM) 222 at the new facility.
Buyer not available
The Department of Defense, specifically the Army, is seeking service visits from RPM Innovations to decommission and reinstall a Rapid Prototype Machine (RPM) 222 at the Aberdeen Proving Ground facility in Maryland. This procurement is classified as a non-competitive, sole-source solicitation under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. The selected contractor will be required to complete the service within six months of contract award, adhering to specific contract line items and compliance with federal procurement regulations. Interested parties should submit their offers via email within five business days, and for further inquiries, they may contact Meghan Dumler at meghan.d.dumler.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil.
Mail PM Services
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking to award a sole source contract for Preventative Maintenance for Mail Maintenance Services. The procurement aims to secure maintenance and repair services for Pitney Bowes leased mail meter machines and related equipment across various facilities in the Rio Grande Valley, ensuring compliance with USPS regulations and effective mailing solutions for veterans. The contract's base period is set from July 15, 2025, to July 14, 2026, with the possibility of four extension years, and interested contractors must submit their capability statements by April 22, 2025, at 3:00 PM CT to the designated contracting officer, Lesley Kitchen, at lesley.kitchen@va.gov. All contractors must be registered in the System for Award Management (SAM) and demonstrate their credentials as Authorized Dealers, Distributors, or Resellers.