Notice of Intent to Sole Source ReadySuite Software
Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Executive Office for United States Attorneys intends to award a sole-source contract to KLDiscovery Ontrack LLC for specialized software services.

    The Notice of Intent outlines the requirement for the ReadySuite software with Optical Character Recognition (OCR) and network software subscription. This software is crucial for the Litigation Technology Service Center's operations. ReadySuite assists in data validation, conversion, and manipulation for litigation support. The software is an essential tool for the Center's web-based hosting applications and document production processes.

    The contract would run for 12 months, starting from the end of September 2024. This notice serves as an informational update, and the government is not seeking competitive bids. However, the government will consider any relevant information submitted within five days of the notice's publication.

    The contact for any queries regarding this notice is Maynard Minor, Contracting Officer, who can be reached at maynard.minor@usdoj.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Intent to Sole Source - Raiser's Edge (RE NXT Renewal Subscription)
    Active
    Library Of Congress
    The Library of Congress intends to sole source a contract for the renewal of its subscription to the Raiser’s Edge NXT software, which is critical for its fundraising and event management operations. This procurement will encompass training, software upgrades, patches, troubleshooting, and hotline support, ensuring the Library maintains continuity in its operations. The justification for this sole-source acquisition highlights the proprietary nature of the software and the significant challenges associated with transitioning to an alternative system. The contract is expected to run from November 2024 to October 2028, with an estimated total value linked to multiple option periods. Interested parties can contact Kevin Barnes at kbarnes@loc.gov or 202-251-8024 for further information.
    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.
    Intent to Sole Source--Westlaw
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE) intends to exercise a sole source extension of a purchase order to Westlaw for online legal research services, ensuring continuity of critical legal support during a competitive procurement process. This extension is necessary to prevent disruption in access to essential legal resources, which are vital for ongoing litigation and legal matters within the DOE. The performance period for this award is set from October 1, 2024, through March 31, 2025, including a three-month base period and an option for an additional three months. Interested parties who believe they can fulfill these requirements are invited to submit a capability statement to Kelley Vandecoevering at kelley.vandecoevering@hq.doe.gov within 15 days of this notice.
    Notice of Intent to Sole Source - Covidence Oculus 5 Equipment
    Active
    State, Department Of
    The Department of State (DOS) intends to award a sole source contract for Covidence Oculus 5 equipment to GANS & PUGH ASSOCIATES INC, as part of its efforts to enhance technical surveillance capabilities within the Bureau of Diplomatic Security. This procurement aims to acquire specialized equipment integral to the Computer Investigations and Forensics Division, which supports criminal investigations through advanced technical surveillance tools. The detailed inventory includes various components such as cameras, lenses, concealment jigs, and operational software, all tailored for effective surveillance operations. Interested parties may submit written responses to Sara Marron at MarronSM2@state.gov by September 17, 2024, at 1:00 PM ET, to demonstrate their capability to meet the requirements outlined in this notice.
    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.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    Notice of Intent to Sole Source - DIANA Software for USACE IWR - RMC
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source firm fixed-price contract for the DIANA software, specifically the "DIsplacement ANAlyzer (DIANA)," which is crucial for risk analysis in dam and levee projects. The procurement aims to secure a one-year lease for the software, with the potential for four additional one-year renewals, supporting essential risk assessments under the National USACE Asset Management Program. The DIANA software is vital for conducting thermal analyses necessary for major construction projects, including the significant Garrison Dam Spillway Modification, with a budget of $6 billion. Interested firms that believe they can meet the requirements are encouraged to submit written notifications to the Contracting Officer within 15 days of this announcement, with the contract period beginning on September 30, 2024, and running through September 29, 2029. For inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Helen (Kieran) Jacobson at Helen.Jacobson@usace.army.mil.
    Notice of Intent to Sole Source - Port Lookup Services
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to solicit Enhanced Law Enforcement Platform Port Lookup services from a single source, ICONECTIV, LLC. This procurement is being conducted under the authority of FAR 13.501(a) and is deemed necessary due to the unique capabilities of the selected vendor. The services are critical for supporting law enforcement operations and ensuring efficient data processing and web hosting related to immigration and customs enforcement activities. Interested parties can direct any inquiries to the Contracting Officer, Wesley Ransom, at wesley.ransom@ice.dhs.gov, as this notice serves informational purposes only and is not a request for quotation.
    Notice of Intent to Sole Source under SAT
    Active
    State, Department Of
    The Department of State intends to award a sole source purchase order to AUTOLOGIC LLC for the upgrade of hardware and software associated with the Process Integration system currently maintained by the company. This procurement is essential for enhancing the operational capabilities of the existing system, ensuring it remains effective and up-to-date. The estimated value of this contract is $245,000, with an anticipated award date of September 30, 2024, and a performance period of six months. Interested parties may submit a capability statement by the notice closing date and can request a copy of the solicitation by contacting Sarah Duncan at duncans1@state.gov or Nichole Gross at GrossNS@state.gov.