International Business Machines (IBM) Cloud Pak Software Licenses
ID: 1028240572Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking sources for the renewal of IBM Cloud Pak software licenses to support the Air Force Contractor Supported Weapon System Data Exchange (CSWS-DE). The procurement aims to secure a subscription license for the IBM Cloud Pak for Integration, with a performance period from May 10, 2025, to May 9, 2026, and delivery required by May 10, 2025. This software is critical for ensuring effective data exchange and operational support within the Air Force's systems. Interested parties, including both small and large businesses, must submit their responses by April 7, 2025, and can direct inquiries to Stephanie Markus at stephanie.r.markus.civ@mail.mil or Danielle Schwend at danielle.m.schwend.civ@mail.mil for further information.

Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The Defense Information Systems Agency (DISA) is seeking sources for the renewal of IBM Cloud Pak software licenses in support of the Air Force Contractor Supported Weapon System Data Exchange (CSWS-DE). This Sources Sought Notice aims to assess the capability of both small and large businesses, including various socio-economic classifications, to provide the necessary software. The renewal period is anticipated from May 10, 2025, to May 9, 2026. Respondents must include specific company information, such as business name, representative details, and any contract vehicles they hold. Additionally, the document stresses that this is not a solicitation but rather an informational request to gauge interest and qualifications. Potential suppliers are encouraged to demonstrate their ability to fulfill the contract requirements and to provide plans for collaboration through joint ventures if applicable. The associated NAICS code is 541519, with a size standard of $34 million. Responses must be submitted by April 7, 2025, and all proprietary information must be clearly marked. DISA requests that interested parties check their website for current acquisition strategies regarding this requirement.
Apr 1, 2025, 4:05 PM UTC
The document details a request for proposal (RFP) concerning an IBM Cloud Pak for Integration subscription license, aimed at renewing a previously established contract. It specifies a period of performance lasting from May 10, 2025, to May 9, 2026. The delivery is requested by May 10, 2025, with strict instructions against partial shipments. Additional information required from the contractor includes contact information, manufacturer details, warranty specifics, and compliance with unique identifier regulations as outlined in defense acquisition standards. The document mandates the retention of certain columns for IUID (Item Unique Identification) compliance in line with DFARS regulations. The primary purpose is to outline the terms for renewing an existing software license contract while ensuring adherence to federal regulations related to procurement and delivery protocols.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
17 TES Arcus Orchestration – Schriever SFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide 25 licenses of Arcus Orchestration software for the 17th Test Evaluation Squadron (17 TES) at Schriever Space Force Base in Colorado. The contractor is required to maintain existing coding and infrastructure while ensuring a seamless transition to the new licenses without data loss. This procurement is critical for the operational capabilities of the 17 TES, as the Arcus Orchestration software is essential for their testing and evaluation processes. Interested small businesses must submit their quotes by April 17, 2025, at 1:00 PM MT, and can direct inquiries to SSgt Jake Pineiros at jake.pineiros@spaceforce.mil or Alejandro Castellanos at alejandro.castellanos@spaceforce.mil.
Pitchbook Software Licenses
Buyer not available
The Defense Counterintelligence and Security Agency (DCSA) intends to award a sole source purchase order for Pitchbook Software Licenses to Pitchbook Data Inc. This procurement aims to provide software access that enables users to search extensive private and public company data, including company profiles, deal data, market intelligence, and advanced search capabilities. The software is crucial for enhancing workflow efficiency and data visualization in the context of defense counterintelligence and security operations. Interested vendors must submit evidence of their capability to compete by 8:00 a.m. Eastern Time on April 18, 2025, as the government reserves the right to proceed with the award without further notice if no competitive responses are received.
Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support
Buyer not available
The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Synergetic Information Systems, Inc. for the provision of application services and ancillary support within the Defense Information Systems Network (DISN) Mission Support Office (MSO). This contract aims to ensure continuity of mission-critical services for various IT projects associated with the Department of Defense (DoD), particularly during a period of transition following a protest related to existing transport services. The operational period for the proposed contract is set from February 3, 2024, to May 2, 2025, and interested companies may express their capabilities within 15 days of this notice; however, a competitive solicitation will not be issued due to the sole-source nature of the requirement. For further inquiries, interested parties can contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or Jason Day at jason.j.day.civ@mail.mil.
Mission Planning Software Offutt AFB, Nebraska
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure mission planning software and related services for four E-4B USAF aircraft based at Offutt AFB, Nebraska. The contract will be awarded solely to Boeing Digital Solutions, Inc., which possesses proprietary software and the necessary crew dispatch capabilities as outlined in the Statement of Work (SOW). This procurement is critical for ensuring 24/7 mission planning and execution support, including accurate flight routing, threat avoidance, and emergency response for high-priority operations. Interested offerors must submit their proposals by April 24, 2025, and should direct any inquiries to Mr. Tyler Imhoff or Mr. Daniel Kuchar via their provided email addresses.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
Spectrum Information System (SIS) Sustainment and Enhancement
Buyer not available
The Defense Information Systems Agency (DISA) is soliciting proposals for the Spectrum Information System (SIS) Sustainment and Enhancement project, aimed at maintaining and enhancing critical software capabilities within the Department of Defense (DoD). The procurement seeks to secure services for the sustainment, operation, enhancement, and training of existing enterprise capabilities across various cloud environments, including DISA Stratus and the Joint Worldwide Intelligence Communication System (JWICS). This initiative is vital for supporting the Global Electromagnetic Spectrum Information System (GEMSIS), which provides essential data for strategic and tactical electromagnetic spectrum operations. Interested small businesses must submit their Phase One proposals by 12:00 PM ET on April 3, 2025, with a total contract ceiling of $62,364,899 and a minimum guaranteed award of $5,000. For further inquiries, contact Quin Conerly-Anderson at quin.s.conerly-anderson.civ@mail.mil or Ramona Lin at ramona.y.lin.civ@mail.mil.
EMS G5 Software
Buyer not available
The Department of the Air Force is seeking qualified vendors for a sole source procurement of EMS G5 Entitlement Licensing, as outlined in solicitation RFQ FA813925Q0011. This acquisition involves a firm-fixed-price contract for six months of licensing, scheduled from May 1, 2025, to October 31, 2025, and is aimed at ensuring compliance with regulatory requirements while streamlining software licensing processes. Interested vendors must provide a signed response with pricing details by April 18, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Janee Nesbit at janee.nesbit@us.af.mil or Kyle Newcomb at kyle.newcomb@us.af.mil.
Tempo Licensing and Maintenance Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to negotiate a sole source contract for Tempo Licensing and Maintenance Support with Andromeda Systems Incorporated (ASI). This procurement aims to secure ongoing licensing and maintenance services for software critical to the Air Force's operations. The services are vital for ensuring the reliability and functionality of IT and telecom systems, particularly in the context of server hardware and perpetual license software. Interested parties can reach out to Chloe Thomas at chloe.thomas.1@us.af.mil or Carrie Adams at carrie.adams.1@us.af.mil for further information regarding this opportunity.
AFTAC Data Operations (Data Ops)
Buyer not available
The Department of Defense, through the Air Force Technical Applications Center (AFTAC), is seeking industry participation for a sources sought notice related to the AFTAC Data Operations (Data Ops) initiative at Patrick Space Force Base in Florida. The objective is to invite submissions of white papers that align with the AFTAC Commercial Solutions Opening (CSO) 2024, specifically focusing on enterprise-wide integration and architecture modernization to support cross-domain data operations. This effort is critical for transitioning from on-premises systems to a cloud environment, enhancing data security, scalability, and operational efficiency. Interested parties are encouraged to submit their white papers following the CSO instructions, with an estimated contract award anticipated around November 2025, and a contract type of Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a base ordering period of five years. For further inquiries, contact Lileana Moran at lileana.moran@us.af.mil or David Dike at david.dike.2@us.af.mil.
Keysight PathWave Test Automation License
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Keysight PathWave Test Automation licenses under a total small business set-aside. The contract requires authorized resellers to provide two developer system licenses and a 12-month software support subscription, all to be delivered electronically within 30 days after receipt of order. This procurement is critical for enhancing testing capabilities in electrical and electronic properties, and interested vendors must submit their quotes by 3:00 PM Eastern Time on April 22, 2025, to the primary contact, Tabitha Haggart, at tabitha.haggart@us.af.mil. Compliance with various federal regulations and certifications is mandatory, as outlined in the attached documentation.