TDACS USFJ
ID: FA520924Q071AType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Electronic Computer Manufacturing (334111)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the TDACS requirement to Marzen Group LLC, as outlined in a special notice from the 374th Contracting Squadron at Yokota Air Force Base in Japan. The procurement includes a TDACS Portable Form Factor Workstation, TDACS Standard Edition v5.x License Bundle, TDACS Tactical Map 3D v5.x License, and one year of hardware maintenance. These products are critical for enhancing operational capabilities and have been previously supplied to the U.S. Government by Marzen Group LLC, which has demonstrated the ability to meet the government's needs. Interested parties wishing to challenge this sole source action must submit an interest letter to SrA Peter Iannuzzo at peter.iannuzzo@us.af.mil, with no solicitation documents available at this time.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    TDACS USFJ
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems at Tyndall Air Force Base in Florida. This contract will cover comprehensive maintenance services, including inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship, along with essential hands-on training for personnel operating these specialized systems used in pavement evaluation. The need for this contract arises from Dynatest being the sole provider of proprietary software and support for their equipment, ensuring operational readiness and data reliability for airfield assessments. Interested parties can contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil for further information.
    Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Intent to Sole Source to Terabase Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to Terabase Corporation for the procurement of the LogiQuest Simultaneous User License with AEL/APL Data Add-on (PN LQGS-03). This procurement is essential for enhancing logistical capabilities on naval vessels, allowing personnel to independently manage part and configuration issues without external support, thereby streamlining military operations. The justification for this sole source procurement emphasizes the need for compatibility with existing systems and the avoidance of delays and duplication of costs, as the LogiQuest system offers unique functionalities not available in current government systems. Interested parties capable of meeting the requirements must submit their capability statements by September 23, 2024, at 11:00 AM PST to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    Control Layer Assessment Workstation (CLAW) software Subscription
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source contract to Technology Advancement Center Inc. for the Control Layer Assessment Workstation (CLAW) software subscription. This procurement is justified under FAR 6.302-1, as TAC is the sole distributor of CLAW technology and is deemed the only responsible source capable of fulfilling the agency's needs. The CLAW software is critical for the Department's operational assessments, and the government is considering a subscription period of three months for access to this essential tool. For further inquiries, interested parties may contact Pamela Odhiambo at pamela.w.odhiambo.civ@mail.mil or Cynthia Vass-Lassiter at cynthia.j.vass-lassiter.ctr@mail.mil.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    NOCA - TPS Radios and Network Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Material Command (AFMC), is issuing a Notice of Contract Action (NOCA) for a sole-source contract with Persistent Systems LLC to provide IP Radios and network support equipment. The procurement aims to upgrade the X-62 VISTA aircraft, two T-38 aircraft, and the Test Pilot School control room with an MPU5 Internet Protocol (IP) based radio network, utilizing the Wave Relay System to ensure compatibility with existing systems at Holloman AFB and Davis Monthan AFB. This initiative is critical for enhancing communication capabilities within the USAF Test Pilot School and involves various radio types, antennas, converters, and training services. Interested vendors capable of fulfilling these requirements must submit their capability statements by 4:30 PM Pacific Standard Time on September 20, 2024, to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil.
    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.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.