Skip to content
Department of the Interior

66--Special Notice of Intent to Sole Source Award

Solicitation: DOIFFBO260057
Notice ID: 4b82bc72e7414cd4b5e3412c781d5f39
TypeSpecial NoticeNAICS 334511PSC6640DepartmentDepartment of the InteriorAgencyUs Fish And Wildlife ServicePostedApr 06, 2026, 12:00 AM UTCDueApr 10, 2026, 02:00 PM UTCCloses in 2 days

Special Notice from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Apr 10, 2026. Industry: NAICS 334511 • PSC 6640.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$4,572,488,256
Sector total $51,923,358,306 • Share 8.8%
Live
Median
$111,180
P10–P90
$37,651$59,208,629
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
8.8%
share
Momentum (last 3 vs prior 3 buckets)
+51%($920,660,047)
Deal sizing
$111,180 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Falls Church, VA • 22041 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Duke, Carter
Email
carter_duke@fws.gov
Phone
0000000000

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
US FISH AND WILDLIFE SERVICE
Subagency
FWS, IT GOODS
Office
Not available
Contracting Office Address
Falls Church, VA
22041 USA

More in NAICS 334511

Description

Notice of Intent to Sole Source Award

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service Communications Branch intends to award a firm fixed price sole source under the authority of FAR subpart 13.106-1(b)(1)(i) and (ii), for purchases not exceeding the Simplified Acquisition Threshold (SAT), Contracting Officers may solicit from only one source if the circumstances deem only one source is reasonably available (e.g., urgency, exclusive licensing agreements, brand name, or industrial mobilization).: Biomark, LLC.

705 S 8TH Street
Boise, Idaho
83702-7112, United State

The North American Industry Classification System (NAICS) code for this requirement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, and the Product Service Code (PSC) for this requirement is 6640, Laboratory Equipment and Supplies. The object of this sole source award is to require the purchase of VAKI Micro Splithead digital camera/counter head and VAKI¿specified PC. Confirmed through VAKI that replacement components must be OEM due to proprietary firmware and software. No alternate manufacturers produce compatible camera heads or system PCs. General market review found no equivalent products that integrate with existing VAKI systems. No other vendors produce components compatible with VAKI¿s proprietary hardware, firmware, or software. Non¿OEM parts cannot interface with the system and would void support. No other sources expressed capability. Proprietary optical components; firmware locked to OEM hardware; system requires OEM¿certified installation, configuration, and support. These factors prevent competition for the required replacement equipment. VAKI is the original equipment manufacturer for the Micro Splithead system and the sole provider of compatible hardware, firmware, and service. Only VAKI can supply components that maintain system functionality and support.

This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government.

Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: carter_duke@fws.gov.

NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.