Sole Source NOI - ITD-BWCPO VRS ELA 2.0
ID: M-26-A42-R-000025Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEPROCUREMENT DIVISION, OSSLANDOVER, MD, 20785, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Marshals Service (USMS) intends to award a sole-source contract to Axon Enterprise for an Enterprise License Agreement (ELA) for their Axon Evidence Digital Evidence Management System (DEMS). This procurement, justified under FAR Subpart 6.103-1(a)(b) due to Axon Enterprise being the sole responsible source and Original Equipment Manufacturer (OEM) of these products, is crucial for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO). The BWCPO manages an agency-wide Body Worn Camera (BWC) program to enhance public trust through transparency and accountability. This notice is not a request for competitive quotes, but interested parties may submit documentation to establish their capability to fulfill the requirement. The USMS will not be responsible for any costs incurred by respondents, and the decision not to compete is at the government's discretion. Questions should be directed to the Contracting Officer via email only.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Sole Source Justification for AllSight
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs, is seeking to justify a sole source procurement for AllSight, a software as a service (SaaS) solution. This procurement aims to fulfill specific IT and telecom needs related to business application and application development, which are critical for the agency's operational efficiency. The AllSight solution is essential for enhancing data analysis and management capabilities within the department. Interested parties can reach out to Alisha Wells at alisha.wells@usdoj.gov or Larrieka Knox at Larrieka.Knox@ojp.usdoj.gov for further details regarding this opportunity.
    Notice of Sole Source
    Buyer not available
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Limited Source-Xerox Copiers and Maintenance (Field Offices)
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking to continue its procurement of Xerox copiers and maintenance services for its field offices through a sole source contract. This procurement involves the rental and servicing of 58 Xerox copiers, which is deemed essential for the efficient operation of the Bureau's facilities. The contract will be awarded to Xerox Corporation under the GSA FSS/MAS contract number GS-03-137DA, with no competitive bidding process due to the nature of the requirement. For further inquiries, interested parties can contact Carol Wilson at cjwilson@bop.gov or by phone at 202-598-6117.
    X10 Drone Multi-Viewer Live Streaming
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    Army Enterprise Service Management Platform (AESMP) System Engineering and Technical Assistance (SETA) Support Bridge
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command of Rock Island, is awarding a firm fixed price sole source contract to OBXTEK for continued support of the Army Enterprise Service Management Platform (AESMP) through System Engineering and Technical Assistance (SETA). This procurement aims to ensure ongoing technical support and management for the AESMP, which is critical for the Army's operational efficiency and service management capabilities. The justification for this sole source contract is detailed in the attached Justification and Approval (J&A) document, which outlines the rationale for not pursuing competitive bidding for this bridge action. For further inquiries, interested parties can contact Alex Hatlestad at alex.j.hatlestad.civ@army.mil.
    Justification for an Exception to Fair Opportunity
    Buyer not available
    The Department of Justice is seeking to issue a sole-source bridge task order for IT support services currently provided by ManTech Advanced Systems International, Inc. under the GSA Alliant contract Number 47QTCK18D0031. This procurement aims to extend the existing IT support services for an additional twelve-month base period, with an option for another twelve months, ensuring continuity while the Department evaluates its current requirements and plans for a comprehensive follow-on procurement. The services are critical for maintaining uninterrupted operations within the Executive Office for Immigration Review's Office of Information Technology (EOIR OIT). Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566 for further information regarding this opportunity.
    DA10--Intent to Sole Source - Elekta Mosaiq Software License
    Buyer not available
    The Department of Veterans Affairs, Boston Healthcare System, intends to award a firm-fixed, sole source contract to Elekta Inc. for a one-year software license and support for Elekta Mosaiq radiation therapy software. The procurement aims to maintain and support the Mosaiq Oncology Information System (OIS), which has been in use for five years, ensuring accurate radiation dose delivery and facilitating the management of cancer treatment procedures. This software is critical during the transition to a new system in 2026 and is necessary for the conversion of legacy records, with Elekta being the sole provider of the required services and support in the United States. Interested parties may submit documentation to the primary contact, Kim McCarthy, at kim.mccarthy@va.gov by December 5, 2025, at 11:00 AM EST, for consideration in the market research process.
    Sole Source Justification for Law Enforcement Badges
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure 3,400 law enforcement badges through a sole source justification. This procurement is critical for the operational needs of law enforcement personnel, ensuring they have the necessary identification and authority to perform their duties effectively. The badges are essential for maintaining security and order within various enforcement operations. Interested vendors can reach out to Shayla Kelley at shayla.kelley@ice.dhs.gov or by phone at 682-308-7610 for further details regarding this opportunity.
    Justification for an Exception to Fair opportunity
    Buyer not available
    The Department of Justice is seeking a sole-source bridge contract to provide mission-critical IT management support services for the Justice Security Tracking and Adjudication Record System (JSTARS). This contract will facilitate the operation and maintenance of JSTARS, which is essential for managing sensitive information related to federal classified cases, including background investigations and security clearances for approximately 1,000 users. The services required include system administration, user support, application maintenance, project management, and collaboration on special projects, ensuring the system remains functional and secure. Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or call 202-880-0566 for further details.