Notice of Intent to Sole Source- SAS Analytics Pro maintenance
Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSEOUSA-ACQUISITIONS STAFFWASHINGTON, DC, 20530, USA
Timeline
    Description

    The Department of Justice, specifically the Executive Office of United States Attorneys (EOUSA), intends to award a sole source contract to Executive Information Systems (EIS), LLC for the maintenance of SAS Analytics Pro software. The EOUSA requires this maintenance for a single physical server with four processor cores and Enterprise Guide for 10 users, which will support the Office of Legal and Victim Programs (OLVP) in accessing, manipulating, analyzing, and presenting data from large proprietary databases for U.S. Attorneys' Offices. The anticipated period of performance is twelve months, with three additional one-year option periods, totaling up to 48 months. Interested parties may submit information to the contracting officer, Bryant Gilbertson, at bryant.gilbertson@usdoj.gov, within five days of the notice posting, although a solicitation will not be made available for this requirement.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software
    Active
    Justice, Department Of
    Special Notice: Justice, Department of - Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software The Drug Enforcement Administration (DEA) intends to contract with Rocket Software, Inc. for the renewal of seat maintenance for its perpetual license of the BlueZone Emulator Software. This software is used by the DEA for various purposes. The contract period will be from September 17, 2016, to September 16, 2017. This procurement is based on a brand name and will be procured on a sole source basis. Rocket Software is the only source for this requirement due to their exclusive proprietary rights to the installed software. The DEA has determined that purchasing and implementing competing software would not be technically nor economically justified. The required Limited Sources Documentation is attached. The DEA is not soliciting alternative sources for this requirement. This notice is made in compliance with FAR 5.102(a)(6) and 5.201(b)(1). For more information, please contact Philip M. King at Philip.M.King@usdoj.gov or 202-307-9601.
    Notice of Intent D-24-NO-0086
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source firm fixed price purchase order to Callyo for the renewal of proprietary licenses essential for the operation of specialized technology used by undercover agents. This technology is critical for safely recording transactions and ensuring personnel safety, and it meets stringent federal safety and storage requirements without necessitating software on cellular devices. The estimated cost for this procurement is $42,000, covering a performance period from October 1, 2024, to September 30, 2025. Interested vendors may submit capability statements by September 17, 2024, at 10:00 AM Eastern Time, to Teresa Roshau-Delgado at teresa.a.roshaudelgado@dea.gov.
    Scanwriter Premier Software
    Active
    Treasury, Department Of The
    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.
    Versaterm Laboratory Information Management System (LIMS)
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to award a Sole Source contract for the maintenance of the Versaterm Laboratory Information Management System (LIMS) to Versaterm Public Safety US Inc. This procurement involves a 12-month maintenance renewal for LIMS-plus v5, along with four additional options, due to the system's unique capabilities in case management, chain of custody tracking, and data organization, which have been customized over the past seven years to meet the specific needs of the IRS Criminal Investigation Center for Science and Design. The system is critical for facilitating collaboration with other agencies, such as the US Secret Service and Homeland Security Investigations, and there are no comparable products available in the market. Interested parties may seek further information by contacting Leatrice Person at leatrice.f.person@irs.gov or JW Terry at jw.r.terry@irs.gov, with responses due by September 25, 2024, for a performance period extending until September 24, 2029.
    The CoStar Suite of databases
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), intends to award a sole source purchase order to CoStar Realty Information Inc. for access to its comprehensive online real estate database services, which are critical for the IRS's Large Business and International (LB&I) Engineering Program. The CoStar Suite provides unique access to sales and lease transaction data for income-producing residential, commercial, and industrial properties across the United States, enabling IRS valuators to efficiently retrieve essential market-specific information and proprietary insights necessary for their nationwide operations. Interested parties who believe they can meet these requirements may submit a capability statement to the primary contacts, Patricia Brown and Ladoris Tuck, by 12:00 PM ET on September 17, 2024, at the provided email addresses.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    EOIR Language Services
    Active
    Justice, Department Of
    The Department of Justice (DOJ), specifically the Executive Office for Immigration Review (EOIR), is seeking sources for comprehensive language services, including on-site and telephonic interpretation, Video Remote Interpretation (VRI), written translation, and transcription services for immigration court proceedings across the United States and its territories. The requirement anticipates a daily need for approximately 800 interpreters, with a significant portion required to be on-site, reflecting the critical role these services play in facilitating communication in judicial processes. This Request for Information (RFI) is not a solicitation for proposals but aims to assess the interest and technical capabilities of potential contractors, particularly small businesses, in preparation for a future Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to span five years. Interested parties must submit their capabilities statements electronically by September 23, 2024, to Michael D. Jackson at michael.d.jackson@usdoj.gov.
    IT Software and Maintenace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is issuing a special notice regarding a sole source procurement for IT software and maintenance services from Paragon Solutions US. The objective of this procurement is to secure customized IT software solutions and ongoing maintenance support, which are critical for the operational efficiency of ICE's Information Technology Division. These services will play a vital role in enhancing the agency's technological capabilities and ensuring the reliability of its IT infrastructure. Interested parties can reach out to Evan Strother at evan.strother@ice.dhs.gov or Salena Weekly at salena.weekly@ice.dhs.gov for further inquiries regarding this opportunity.
    FY24-28 D29 BTOOLKIT(ITD) Sioux Sparklight
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services to support the Investigative Operations Division in Sioux City, Iowa. This procurement aims to secure reliable internet connectivity, which is crucial for the effective operation of investigative activities. The contract will cover a base period with four additional 12-month option periods, with a total estimated value of $6,203.76. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, as this notice does not constitute a request for quotes or proposals.
    IT Software and Maintenace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is issuing a special notice regarding a sole source procurement for IT software and maintenance services from Paragon Solutions US. The objective of this procurement is to secure customized IT software solutions and ongoing maintenance support, which are critical for the operational efficiency of ICE's Information Technology Division. These services will play a vital role in enhancing the agency's technological capabilities and ensuring the reliability of its IT infrastructure. Interested parties can reach out to Evan Strother at evan.strother@ice.dhs.gov or Salena Weekly at salena.weekly@ice.dhs.gov for further inquiries regarding this opportunity.