Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2025 SAM #8535
SPECIAL NOTICE

R -- Hawkeye Track System

Notice Date
4/7/2025 1:01:55 PM
 
Notice Type
Special Notice
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003425NOI4825
 
Response Due
4/10/2025 7:00:00 AM
 
Archive Date
04/25/2025
 
Point of Contact
Lamont Joy, Kim ROBINSON-LEACH
 
E-Mail Address
darrell.l.joy2.civ@mail.mil, kim.m.robinson-leach.civ@mail.mil
(darrell.l.joy2.civ@mail.mil, kim.m.robinson-leach.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL � THIS IS A NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT TO HAWKEYE TRACKING INC. FOR SUPPORT SERVICES FOR THE DEFENSE SECURITY COOPERATION AGENCY. The Department of Defense (DoD), Washington Headquarters Services, Acquisition Directorate (WHS/AD) intends to award a sole source, Firm-Fixed Price (FFP) contract to Hawkeye Tracking Inc, 48015 Pine Hill Run Road, Lexington Park, Maryland 20653, (SAM Unique Entity ID: MNA9ZNJ411S9, Cage: 4RQW0). In order to provide the Defense Security Cooperation Agency�s (DSCA) Golden Sentry End-Use Monitoring (EUM) Scanner Project with both programmatic and information technology activities. These services will support and enhance DSCA�s Golden Sentry Inventory Reporting (GSIR) program. DSCA intend to use licensed commercial off the shelf software (COTS) installed on DoDIN Approved Items List scanners, to collect defense article inventory data at the serial number level through barcode scanning, securely share it with an aggregation application on SCIP, update the EUM database either manually or automatically, and use the COTS license owner to manage changes to the software that improve functionality, efficiency, accuracy, and security. GSIR will increase the volume, accuracy, and timeliness of EUM inventory reporting either in a benign environment by US Government (USG) personnel or in hostile environments by trusted country personnel. The Period of Performance will be from April 29, 2025, through April 28, 2028, which include one (12-month) base period, and two (12-month) option periods. This procurement will be issued in accordance with Federal Acquisition Regulation (FAR) clause 13.5 under authority of 41 U.S.C. 1901, Simplified Acquisition Procedures. A solicitation to one source is justified in accordance with FAR 13.5 �Only one responsible source and no other supplies or services will satisfy agency requirements�. DSCA requires specialized scanning software, HawkScan and HawkTrack, to maintain the integrity and accountability of U.S. designated defense articles. The primary North American Industry Classification System (NAICS) code is 541511 � �Custom Computer Programming Services�. The associated product service code (PSC) is R499 � �Support- Professional: Other�. This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by responding to this notice via email to: whs.ncr.ad.mbx.dsca-group@mail.mil, with a file size less than 5MB, Subject Line: Response to NOI HQ003425NOI4825 no later than 10:00 am EST, 10 April 2025. All information submitted should support the offerors capability to provide the services required and shall be furnished at no cost or obligation to the Government. Contracting Office Address: 4800 Mark Center Drive, Suite 09F09 Alexandria, VA 22350 Primary Point of Contact: Secondary Point of Contact: Lamont Joy Kim Robinson-Leach Contract Specialist Contracting Officer darrell.l.joy2.civ@mail.mil kim.m.robinson-leach.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ace5ccd86e174996b898d88b3f34caef/view)
 
Place of Performance
Address: VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN07399274-F 20250409/250407230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.