Notice of Intent to Award a Sole Source
ID: 89243224PNE000079Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFIDAHO OPERATIONS OFFICEIDAHO FALLS, ID, 83415, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

OTHER CRYPTOLOGIC EQUIPMENT AND COMPONENTS (5811)
Timeline
    Description

    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a sole-source acquisition of Sectéra vIPer Universal Secure Phones for the Department of Energy's Idaho Operations Office, emphasizing compliance with Federal Acquisition Regulation 13.106-1(b)(1). General Dynamics Mission Systems (GDMS) is identified as the exclusive supplier due to their status as the Original Equipment Manufacturer (OEM) and holder of the NSA-approved Type-1 encryption technology, essential for secure communication. The total purchase amounts to $37,800.00 for ten phones and a one-year warranty extension, with delivery expected within 90 days. The compatibility of the new phones with existing classified network systems is critical, as they must meet specific encryption standards mandated by the NSA. The acquisition is presented as necessary for upgrading and expanding the security infrastructure of the Idaho National Laboratory and complies with restrictions imposed by the NSA related to the sale of Certified Type 1 products. Overall, the document highlights the procedural and necessity-driven aspects of government contracting for specialized secure communication equipment, ensuring national security protocols are upheld in procurement decisions.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    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.
    58--MODEM,COMMUNICATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of modem communication spare parts. This requirement is classified as a sole source procurement, meaning that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. Proposals must remain valid for a minimum of 120 days, and inquiries can be directed to Cody Cameron at cody.p.cameron@navy.mil or by phone at 215-697-1202.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    70B04C24C04 – Varex Imaging Corporation – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - US Customs and Border Protection The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Varex Imaging Corporation. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, which are used to detect illicit material and radiological threats at the borders. The equipment must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. Varex Imaging Corporation is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, please contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    L3 Harris Radio PRC 167 Dismount Kit & Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Washington Air National Guard at Fairchild AFB, WA, is seeking quotes for the procurement of L3Harris brand tactical radio systems and accessories under Solicitation Number W50S9D24Q5012. This Request for Quote (RFQ) aims to secure a Firm Fixed Price contract for essential communication equipment that meets NSA-approved Type 1 encryption standards, critical for secure military operations. The total estimated cost for the required items is approximately $61,528, emphasizing the importance of interoperability and security in military communications. Interested vendors must submit their quotes by September 23, 2024, at 4:00 PM PST, and are encouraged to direct any inquiries to Matthew R. Richard at matthew.richard@us.af.mil or Matthew J. Berube at matthew.berube@us.af.mil.
    58--INTEGRATED VOICE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two units of integrated voice systems, identified by NSN 0R-5895-017106129-RQ. This procurement requires government source approval prior to contract award due to the flight-critical nature of the item, and only sources previously approved by the government will be considered. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to provide the necessary information will result in disqualification from the solicitation process. For further inquiries, interested parties can contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO@NAVY.MIL.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    INTERFERENCE BLANKE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure supplies related to the INTERFERENCE BLANKE from GE Aviation Systems LLC on a sole source basis. This procurement involves four units of NSN: 5895 LLW2AA194, P/N: 3810000G3, which are critical for repair support, as GE Aviation is the Original Equipment Manufacturer and the only known source for these parts. Interested parties are invited to submit capability statements or proposals within 15 days of this notice, although the procurement will not be delayed for Source Approval Requests from firms not already approved to manufacture this material. For further inquiries, interested organizations may contact Bridget M. Murphy at (215) 697-5047 or via email at bridget.m.murphy6.civ@us.navy.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.