INVESTIGATION SERVICES AND TECHNICAL EQUIPMENT MAINTENANCE IN ALASKA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The Federal Communications Commission, Enterprise Acquisition Center hereby provides notice of its intent to award a single source, firm fixed price contract for Alaska Investigation Services to:
WATERFORD CONSULTANTS LLC
7430 NEW TECHNOLOGY WAY
STE 150
FREDERICK, MD 21703-8533
The contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), as implemented by FAR 13.106-1(b) – Soliciting from a Single Source. A Single Source Justification for Acquisitions under the Simplified Acquisition Threshold has been approved. The anticipated award date is January 1, 2025.
The contractor will continue to provide Investigative Services. These services will be utilized and accessed and facilitated through the Enforcement Bureau.
NAICS code: 541330 Engineering Services
PSC: R425 Support-Professional: Engineering/Technical
THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement by the posted response date/time.
A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Commission will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must have and active SAM.gov and IPP.gov registration to be considered.
Interested parties are encouraged to furnish information by email only with “NOI Response – Investigative Services – Company Name” in the subject line. Please ensure that all email correspondence includes the requested subject lines as stated above. Emails without the requested subject lines may not be seen, read, and/or reviewed and therefore will not be considered. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Teresa Dailey, Contracting Officer, by email at Teresa.Dailey@fcc.gov NO LATER THAN the posted response date/time. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Capability documentation should include: Organization Name, UEI number, mailing address, physical address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact, socio-economic status.