Notice of Intent to Sole Source
ID: 70US0925Q70092204Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICE

NAICS

Other Computer Related Services (541519)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), intends to award a sole-source contract for the Questionmark On-Demand assessment and evaluation software platform to support the JJ Rowley Training Center (RTC). This platform is crucial for providing an automated assessment and evaluation system for Special Agent and Uniform Division students undergoing basic training programs. The contract, valued at $26,835, will cover one base year and is necessary due to Questionmark being the exclusive manufacturer of this software, which is already compatible with the USSS network. Interested parties may contact Crystal Pressley at crystal.pressley@usss.dhs.gov or Shauntynee Penix at Shauntynee.penix@usss.dhs.gov for further information, although this notice does not constitute a request for proposals as no other sources are deemed capable of fulfilling the requirement.

    Files
    Title
    Posted
    The U.S. Secret Service (USSS) intends to award a sole-source purchase order for the Questionmark On-Demand assessment platform to support the JJ Rowley Training Center (RTC). This platform is essential for providing automated assessment and evaluation systems for Special Agent and Uniform Division students in basic training programs. The contract, valued at $26,835, will cover one base year. Questionmark is recognized as the exclusive manufacturer of this software, which has proven compatibility with the USSS network. Alternatives would lead to excessive costs and complexities, including extensive data transfer and security checks. Market research indicates that while other companies provide similar services, they lack the extensive capabilities and security features required by USSS, making them inadequate for large-scale compliance-driven assessments. The North American Industrial Classification System (NAICS) code for this acquisition is 541519, reflecting services related to computer support. The notice serves to inform any interested parties of the requirement and invites responses from those who believe they can fulfill it by a specified deadline. However, this is not a request for proposals, as the USSS identifies no other potential sources capable of meeting its needs.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Auto Body Repair Shops
    Buyer not available
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from qualified vendors regarding vehicle maintenance, repair, and body services for its Field Offices across the United States. This Request for Information (RFI) aims to gather market research to assess the industry's capabilities in providing essential vehicle servicing, which includes parts, labor, and materials necessary for repairs while adhering to original design specifications. The USSS emphasizes the importance of maintaining operational efficiency and safety in its vehicle servicing operations, with responses to this RFI due by March 28, 2025. Interested vendors should submit a capabilities statement detailing their experience and relevant certifications, and may contact Devanee Taylor at devanee.taylor@usss.dhs.gov or Matthew Sutton at matthew.sutton@usss.dhs.gov for further inquiries.
    Request for Information - Motorcoach Bus
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), has issued a Request for Information (RFI) for the acquisition of a motorcoach bus. The USSS seeks industry input on vehicles that comply with Federal Motor Vehicle Safety Standards (FMVSS), with specific requirements including weight capacities, fuel type, and a preference for a black exterior. This RFI is part of the USSS's market research to inform their acquisition strategy, and responses are due by March 31, 2025, with a maximum length of five pages detailing technical capabilities and project estimates. Interested vendors should direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    Buyer not available
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking qualified products for the Checkpoint Property Screening System (CPSS). The CPSS is typically used for screening and detecting prohibited items in passenger baggage at transportation checkpoints. Amendment 00001 to the Qualified Products List (QPL) Window 1 70T04019CPSSQPL-1 has been issued to provide updates, answer questions, and make additional updates to the QPL Window 1 Document. Please refer to the attached amendment for more details.
    SOURCES SOUGHT--Security Enterprise Services and National Maintenance
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified vendors for the Security Enterprise Services and National Maintenance Acquisition, aimed at providing comprehensive maintenance, repair, modification, and installation services for Electronic Security Systems (ESS) across its facilities. This initiative focuses on enterprise standardization, infrastructure modernization, and security convergence, ensuring compliance with federal and industry standards while enhancing FEMA's security infrastructure. The contract will cover various security systems, including Intrusion Detection Systems and Video Surveillance Systems, with a contract period of 12 months and an optional extension, emphasizing the need for qualified personnel with Top Secret Security clearances. Interested parties should contact Matthew Raible at matthew.raible@fema.dhs.gov or call 540-542-2248 for further details, with responses due by the specified deadline.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.
    Scanwriter Premier Software
    Buyer not available
    The Bureau of the Fiscal Service, on behalf of the U.S. Department of Housing and Urban Development Office of the Inspector General (HUDOIG), intends to award a sole-source contract to Personable Inc. for its ScanWriter Premier Software. This software is crucial for converting significant volumes of physical text records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents such as bank statements and checks. The unique capabilities of ScanWriter, which include instant audit trails and handwriting conversion, have been determined to be unavailable from other providers, justifying the sole-source award under FAR 6.302-1(b)(1). Interested parties must submit a capability statement by September 19, 2024, to purchasing@fiscal.treasury.gov, and should include company details, UEI number, product offerings, and a brief capabilities statement, adhering to specified file formats.
    U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
    Buyer not available
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition through a Request for Proposal (RFP) numbered 70B06C25R00000018. The contract aims to supply ammunition that meets specific technical specifications and performance requirements, ensuring compatibility with designated Glock models and adherence to safety standards, including lead-free projectiles for RHQ ammunition. This procurement is crucial for supporting CBP officers and other agencies within the DHS, emphasizing the need for reliable and safe ammunition for law enforcement operations. Interested vendors should direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with the contract valued at an estimated maximum of $99,999,900 over a five-year term, commencing September 11, 2025.
    Notice of Intent to Sole Source to Aquifer, Inc.
    Buyer not available
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source, firm-fixed-price contract to Aquifer Inc. for the procurement of one Aquifer Annual Subscription and one WISE Annual Subscription. These subscriptions are essential for the School of Medicine curricula, particularly in the fields of Pediatrics, Family Medicine, Internal Medicine, Radiology, Neurology, and Geriatrics, as they provide critical tools for custom case study creation and access to a comprehensive case study library. The contract will adhere to FAR Part 13.106-1(b)(1)(i) guidelines, and while this notice is not a request for quotes, the agency invites capability statements from responsible sources that can demonstrate their ability to fulfill the subscription requirements under a single license agreement. Interested parties must submit their responses via email by 3:00 PM EST on March 29, 2025, to the primary contact, Kaysie Taylor, at kaysie.taylor@usuhs.edu, or to the secondary contact, Emily Mashek, at emily.mashek@usuhs.edu.
    Protective Services Officer
    Buyer not available
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
    Protective Security Officer Services
    Buyer not available
    Special Notice: Homeland Security, Department of is procuring Protective Security Officer Services. These services are typically used for providing armed protective security officer services at various locations in Washington, DC. The Department of Homeland Security is extending the task order under Contract 70RFP218DEC000018 with Triple Canopy, Inc. This extension is to ensure continued protective security officer services in the Washington, DC area while the follow-on effort for these services is awarded and transitioned.