Intent to Sole Source Javelin Biometric System
ID: FA3010-JavelinBiometric-WilliamsType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the Javelin Biometric System to Parsons Corporation. The procurement involves the provision of two Javelin+ Mobile Biometric Collection Kits, which are lightweight, modular devices designed to collect multimodal biometrics, including fingerprints, facial images, and iris scans, essential for supporting the Air Force Office of Special Investigations' criminal and counterintelligence missions. Interested parties may submit quotes or capability statements by 11:00 AM CST on May 22, 2025, to the primary contacts, SSgt Taylor Williams and Kimberley L. Alvarez, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposals (RFP) for a biometrics collection system tailored for the Air Force Office of Special Investigations (AFOSI). The vendor is required to provide a lightweight, modular Android-based device capable of collecting multimodal biometrics, including fingerprints, facial images, and iris scans. Essential components include a dual-finger fingerprint sensor, a single iris camera, and a smartphone with a biometric application (ARES Mobile Biometric Application - AMBA) that integrates with the Ares Gateway Transaction Manager (AGTM) software. Responsibilities include maintaining a comprehensive warranty, offering virtual training for OSI personnel, and ensuring robust support services with a Service Desk portal for issue tracking. The hardware kit must include various specified components, such as a Samsung Galaxy S23, sensor modules, and a cleaning cloth, all packaged securely. The AMBA software offers critical functionalities, including real-time biometric data submission and validation, secure device management via Samsung Knox™, and compatibility with national biometric databases. The RFP emphasizes the importance of the proposed system in supporting AFOSI's criminal and counterintelligence missions, ensuring effective identity verification and data management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    JTE Computer System, Dig
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting offers for the acquisition of five units of the "JTE Computer System, Dig" (NSN: 7010-01-705-5751). This procurement includes specific requirements such as a Counterfeit Prevention Plan and adherence to military standards for packaging and marking, including MIL-STD-129 and MIL-STD-2073-1E. The goods are critical for ensuring reliable and secure computing capabilities within defense operations. Interested vendors, specifically Northrop Grumman, must submit their offers by January 5, 2026, at 11:59 PM, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
    Cisco Ethernet and Passive Optical Transport System Class J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cisco brand-name Ethernet and Passive Optical Transport System (POTS) equipment for the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base. This procurement involves out-of-band transport switches, Ethernet switches, and related management and monitoring hardware/software, with an estimated cost of $12 million. The justification for limiting the sources to Cisco is based on the existing infrastructure and the need to avoid significant cost duplication and delays that would arise from using alternative brands, ensuring compatibility and interoperability within the Air Force's network. For further inquiries, interested parties can contact Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil.
    JRE Help Desk
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    JTIDS DDPG UNITS; Qty: 4, NIIN: LLF02N751
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four JTIDS DDPG units under a sole source requirement. This procurement is necessary as the Government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
    PARACHUTE, PERSONNEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for personnel parachutes and related aerial delivery systems under contract number SPE4A723F5200. This opportunity involves the acquisition of parachutes, aerial pick-up, delivery, recovery systems, and cargo tie-down equipment, which are critical for various military operations and logistics. Interested vendors can reach out to Michelle Scott at 804-279-1221 or via email at Michelle.R.Scott@dla.mil for further details regarding this procurement. The justification for this contract is documented in the associated file, SPE4A723R0370SPE4A723F5200 JA.pdf.
    REPAIR SERVICES FOR THE JTE PROGRAM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking repair services for the JTE Program, with the procurement being a sole source requirement directed to Linmarr Associates. The contract involves comprehensive inspection, testing, teardown, evaluation, and repair of GEARCASE-MOTOR end items, ensuring they are restored to a serviceable, like-new condition while adhering to strict quality and counterfeit prevention standards. This opportunity is critical for maintaining operational readiness and reliability of military equipment. Interested contractors can reach out to John (Kenny) Prather at JOHN.PRATHER.3@US.AF.MIL for further details, as there are no set-asides for this contract.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Quickset Gimbal system, which is essential for providing motion stability and high-precision pointing control for various remote sensing instruments valued at over $9 million. The procurement aims to enhance educational activities in Optical Engineering and Applied Physics at the Air Force Institute of Technology by ensuring the gimbal meets specific technical requirements, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on December 16, 2025. This opportunity is set aside for small businesses under NAICS code 334516, with a performance period of 16 weeks post-award.