TCIU Case Management and Knowledge Management Support Services Redacted LSJ
ID: W15QKN23R0025Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

PSC

SUPPORT- ADMINISTRATIVE: BACKGROUND INVESTIGATION (R615)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking to procure case management and knowledge management support services through a sole-source contract with CSRA. This procurement is justified under the Federal Acquisition Regulation (FAR) due to CSRA being the only responsible source capable of meeting the agency's requirements, as confirmed by continuous market research indicating no viable alternatives for the I2G software. The contract is critical for maintaining the functionality and support of the I2G system, which has previously transitioned from competitive bidding to a sole-source acquisition based on the unique capabilities of CSRA products. Interested parties can reach out to Colleen Paglio at colleen.m.paglio.civ@army.mil or Wendella Baptiste at wendella.a.baptiste.civ@army.mil for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the procurement history of the I2G system, specifically focusing on the shift from competitive bidding to a sole-source acquisition for CSRA products. Initially, contracts for the I2G system, such as GS35F393CA/Task Order W15QKN-16-F-0049 and GS35F4381G/Task Order GST1113BJ0021, were awarded through full and open competition. However, during the procurement of task order W15QKN-19-F-0728, it was determined that CSRA was the only vendor to consistently propose and lacked affiliations for system upgrades or maintenance. Continuous market research by USACID confirmed that no other alternatives to CSRA products met the requirements, leading to the decision to pursue a sole-source acquisition under FAR 8.405-6(a)(1)(i)(B). This was deemed to be in the government's best interest due to CSRA being the sole viable source for the I2G software, with no authorized resellers identified at that time.
    Lifecycle
    Similar Opportunities
    DRRS Sustainment and Maintenance Sole Source J&A
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    SOLE SOURCE – BRAND NAME ONLY - Z2 DATA SCRM/PARTS DATABASE PART RISK MANAGER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source brand name solution for the Z2 Data Supply Chain Risk Management (SCRM) Parts Database, which includes a Part Risk Manager. This procurement is justified as a sole source due to the specific requirements and capabilities of the brand name product, which are critical for managing supply chain risks effectively. The services and software being sought are essential for enhancing the Navy's operational readiness and ensuring the integrity of its supply chains. Interested vendors can reach out to Kelli Beasley at kelli.l.beasley.civ@us.navy.mil 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.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    SOLE SOURCE – ANSYS SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Justification for Sole Source Contract for NCIS Cyber Directorate Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to issue a sole source contract for Cyber Directorate Support Services to ManTech Advanced Systems International, Inc. This procurement aims to provide essential IT management support services for the Naval Criminal Investigative Service (NCIS) Cyber Directorate, ensuring the effective operation and security of cyber-related initiatives. The justification for this sole source contract highlights the critical nature of these services in supporting national defense operations. Interested parties can reach out to Jacob Segal at jacob.a.segal.civ@us.navy.mil or call 215-697-9813 for further details regarding this opportunity.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    Internal Resource Management Application – Enterprise Resource Database Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.