Opportunity
SAM #DOIFFBO260057
Sole Source Procurement: VAKI Micro Splithead Digital Camera/Counter Head and VAKI-Specified PC for Eagle Creek National Fish Hatchery
Buyer
USFWS Goods and Services
Posted
April 06, 2026
Respond By
April 10, 2026
Identifier
DOIFFBO260057
NAICS
334511
The U.S. Fish and Wildlife Service (FWS) is planning a sole source procurement for specialized fish counting equipment to support operations at Eagle Creek National Fish Hatchery. - Procuring one VAKI Micro Splithead digital camera/counter head and one VAKI-specified PC - Both items are required as OEM (Original Equipment Manufacturer) components - VAKI is the sole manufacturer; only their hardware and firmware are compatible - Biomark, LLC is the exclusive U.S. distributor for VAKI products - No alternative vendors or compatible products exist due to proprietary technology - Non-OEM parts would void system support and are not acceptable - The equipment is essential for accurate fish enumeration and continued system support at the hatchery - Procurement is justified under FAR 13.106-1(b)(1)(i) and (ii) for sole source circumstances - NAICS code: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) - PSC: 6640 (Laboratory Equipment and Supplies) - Place of performance: Eagle Creek National Fish Hatchery - Contracting office: FWS, IT Goods, Falls Church, VA
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 StreetBoise, Idaho83702-7112, United StateThe 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