NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
ID: N00244-24-Q-0319Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE (5830)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, intends to award a Sole Source contract to COX CALIFORNIA TELCOM, LLC for the renewal of commercial internet services required by NIOC Pacific to support the operational needs of the 553 Cyber Protection Team (CPT). This procurement is critical for maintaining uninterrupted internet access, which is essential for cybersecurity operations and software updates, and is justified under FAR regulations for Sole Source awards due to the existing infrastructure and equipment that Cox Business provides. Interested parties may submit capability statements by September 9, 2024, to be considered for this procurement, although the decision to pursue a competitive process remains at the discretion of the government. For further inquiries, contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or call 619-556-9627.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVSUP FLC San Diego document serves as a justification for a sole source procurement, specifically for renewing Cox Business's commercial internet services at Building 335 in San Diego. This renewal is necessary to maintain uninterrupted internet access crucial for cyber operations and software updates. The justification states that Cox Business is the only viable option due to existing infrastructure and equipment, which minimizes installation delays and avoids significant costs associated with transitioning to a different provider. The document highlights the essential role of stable internet connectivity in executing Navy-wide cyber missions and managing updates for DMSS kits used in operations. A failure to secure the renewal could severely impact the agency's mission capability, making it imperative to continue with Cox Business to prevent unacceptable delays and duplication of costs. The narrative emphasizes the need for compatibility with current systems and the inherent challenges posed by vendor changes in a defense setting.
    The document outlines a Request for Proposal (RFP) for commercial internet service to be provided to the 553 Cyber Protection Team (CPT) located in San Diego, California. The contract aims to secure a reliable internet connection essential for conducting security operations for the U.S. Navy. Key specifications include providing 500 Mbps symmetrical internet speed and five usable /29 IP addresses, with an operational timeline from September 22, 2024, to September 21, 2025. The internet service provider (C-ISP) must maintain a performance standard of less than 1% downtime per month and ensure that speeds do not drop below 450 Mbps. Additionally, the contractor is responsible for installation, maintenance, and timely reporting of service disruptions. Government-furnished information will be provided to facilitate the installation, and all personnel must adhere to security protocols for sensitive information. Overall, this RFP reflects the federal government’s effort to enhance cybersecurity measures through reliable internet connectivity for military operations, emphasizing strict performance metrics, quality assurance, and clear communication protocols between the government and the service provider.
    The NAVSUP Fleet Logistics Center San Diego (FLCSD) intends to award a Sole Source contract to COX CALIFORNIA TELCOM, LLC for the renewal of Commercial Internet Services required by NIOC Pacific to support operational needs of the 553 Cyber Protection Team (CPT). This action complies with FAR regulations regarding procurement, specifically citing FAR 13.501 and FAR 6.302-1 for Sole Source awards. The contract will be a Firm-Fixed-Price type, set under FAR Part 13 Simplified Acquisition Procedures. While no competitive solicitations are being sought, interested parties may submit capability statements by September 9, 2024, for the agency’s consideration. Ultimately, the decision to pursue a competitive procurement rests solely with the government. This notice centers on maintaining necessary internet service reliability for cybersecurity operations within the Navy.
    Lifecycle
    Title
    Type
    Similar Opportunities
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    Special Notice For Sole Source ProQuest
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE TO CENTER FOR PUBLIC SAFETY EXCELLENCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to the Center for Public Safety Excellence, Inc. for the CPSE CFAI Strategic Plan Certification Program. This procurement aims to certify the Navy Region Southwest (NRSW) and its fire departments in Strategic Emergency Planning Certification, ensuring compliance with Department of Defense and Navy standards. The contract is crucial for maintaining accreditation across installations, which is vital for operational readiness and risk management within military fire services. Interested parties must submit their capability statements by September 13, 2024, to the primary contact, Janet Nunez, at janet.nunez@navy.mil, and must be registered in the DoD System for Award Management (SAM) and eligible to process invoices through Wide Area Workflow (WAWF).
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    60--SIPR NET INFRASTRUCTURE MATERIALS
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking SIPR NET infrastructure materials. This acquisition will be negotiated on a sole source basis with CORNING, PANDUIT, OFS FITEL. The procurement is for fiber optic materials and will be conducted using FAR Parts 12 and 13, Commercial and Simplified Acquisition Procedure. Interested parties may submit proposals prior to the offer due date. The anticipated delivery date is 28 FEBRUARY 2017. The solicitation will be posted to the NECO website on or about 31 DECEMBER 2017 with quotes due on or about 07 JANUARY 2017. Prospective offerors are responsible for downloading their own copy of the solicitation from the NECO website and monitoring for any amendments. Electronic submission of quotes via NECO is not available at this time.
    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.
    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.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.