D--SPECIAL NOTICE OF INTENT TO AWARD TO SOLE SOURCE

SOL #: DOIFFBO260071Special Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, IT SERVICES
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

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

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 27, 2026
2
Action Date
May 4, 2026, 9:00 PM

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.

Quick Summary

The U.S. Fish and Wildlife Service (USFWS), specifically the Digital Evidence Recovery and Technical Support in Jacksonville, FL, has issued a Special Notice of Intent to Award a Sole Source contract to Callyo 2009 Corp. This contract is for the renewal of their Callyo Standard mobile device application software, essential for field agent investigations. Responses from interested parties are due by May 4, 2026.

Scope of Work

The required software provides critical capabilities for undercover operations, including:

  • Access to mobile device application software for field agent investigations.
  • Utilization of temporary phone numbers to mask agent identities.
  • Remote monitoring of undercover calls.
  • Support for monitoring consensual phone calls with cooperating witnesses and investigative targets.
  • A web interface for reviewing and downloading evidence.
  • Mandatory FedRAMP approved cloud storage for vendor application data.

Contract & Timeline

  • Type: Firm Fixed-Price (Intent to Award)
  • Procurement Method: Sole Source, utilizing Simplified Acquisition Procedures (FAR Part 13.106-1(b)) for purchases not exceeding the Simplified Acquisition Threshold (SAT) of $250,000.
  • Set-Aside: None specified.
  • Response Due: May 4, 2026, at 5:00 p.m. Eastern Time (seven calendar days from publication).
  • Published: April 27, 2026.

Response Requirements

This is not a request for competitive proposals or offers. No solicitation package is available. Interested parties must identify their capabilities within seven calendar days of the notice's publication. Any response must present clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for determining if a competitive procurement is feasible. The decision to not compete this proposed purchase remains at the Government's discretion. No reimbursement will be provided for costs associated with providing capability information.

Additional Notes

A Single Source Justification document (A16_3-0034_Single_Source_Justification_1.pdf) explains the rationale for this sole source acquisition. Market research was conducted, and no comparable alternatives were found that meet the unique requirements for investigative phone numbers, call recording, and monitoring capabilities. The justification details the need, market research, barriers to competition, and contractor qualifications, and has been certified and approved under FAR Part 13.

People

Points of Contact

Rawlinson, MaryPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Apr 27, 2026
D--SPECIAL NOTICE OF INTENT TO AWARD TO SOLE SOURCE | GovScope