Notice of Intent to award to a Single Source -- Solipsys warranties
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5641 764 ESS PKAPO, AE, 09094-3187, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a contract to Solipsys Corporation for the renewal of three existing Cyber Security Long Term Support (LTS) Maintenance Warranties for the Multi-Source Correlator Tracker (MSCT) software utilized in the Scalable Control and Reporting Agile Mission-Kit (SCRAM-K) system at various USAFE locations. This procurement is necessary to ensure continued support, including 24/7 phone and email assistance for multiple versions of the MSCT software, which is proprietary to Solipsys as the Original Equipment Manufacturer (OEM) of the Battlespace Command and Control Center (BC3) system. The intent to proceed with a single source purchase order is due to Solipsys holding exclusive rights to the MSCT software source code, and no other vendors are authorized to provide these warranties. Interested parties may contact Robert Neeb at robert.neeb.2@us.af.mil or Capt Kevin Sheedy at kevin.sheedy.3@us.af.mil for further information, although this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Intent to Award Sole Source AMS
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a sole-source Firm-Fixed-Price Purchase Order to the American Mathematical Society (AMS) for access to MathSciNet, covering the period from January 1, 2026, to December 31, 2026, with two additional option years. This procurement is justified under FAR 13.106-1(b)(1)(i) and aims to provide essential online access to mathematical literature and research resources, which are critical for the Air Force's operational and research needs. Interested parties are invited to submit capability statements demonstrating how their offerings meet specific product characteristics, including full-text access and advanced search functionalities, with responses due by December 20, 2025, at 12:00 PM EST. For further inquiries, interested vendors may contact Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil or Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    Notice of Intent to Sole Source Meta Systems Maintenance
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Meta Systems Group, Inc. for the annual service maintenance of its Meta Systems equipment. This procurement is essential as Meta Systems Group, Inc. is the original equipment manufacturer and the only authorized vendor capable of performing necessary service and maintenance, including software installations. The contract will follow FAR Part 13.106-1(b)(1)(i) procedures, and while this is not a request for quotes, other vendors may submit capability statements to demonstrate their ability to meet the government's needs. Interested parties should direct inquiries to Christopher White at christopher.white@usuhs.edu, with all submissions due by the specified closing date.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    sole source basis for the procurement of components in the Multi-Spectral Targeting Systems (MTS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure components for the Multi-Spectral Targeting Systems (MTS) on a sole source basis. This procurement is justified under the maintenance, repair, and rebuilding of aircraft components and accessories, indicating the critical nature of these components for operational readiness. The Justification and Approval (J&A) posting outlines the necessity of these components, which play a vital role in enhancing the capabilities of military aircraft. For further inquiries, interested parties can contact Allyson Nicholson at allyson.d.nicholson.civ@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    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.