SAS Product Licenses and Hosting Services (Modification Justification)
ID: CPS-2240-23-0080Type: Justification
AwardedAug 17, 2022
Award #:47QTCA18D0081
Overview

Buyer

CONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONBETHESDA, MD, 20814, USA

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)
Timeline
    Description

    The U.S. Consumer Product Safety Commission (CPSC) intends to issue a modification to a sole source award for SAS Product Licenses and Hosting Services to Executive Information Systems, LLC. This procurement aims to enhance the CPSC's capabilities in investigating and improving the safety of consumer products, as authorized under 5 U.S.C. § 2054. The modification will be negotiated under the authority of FAR 6.302-1 and 41 U.S.C. 253(c)1, utilizing a Task Order off a GSA Schedule in accordance with FAR Part 8 and 12 procedures. Interested parties may express their interest and submit a capability statement to D. Tam Rushbrook at drushbrook@cpsc.gov or by phone at 301-504-7043.

    Point(s) of Contact
    Similar Opportunities
    SAS Software for Data and Business Intelligence Services (DBIS III) PME.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to procure SAS Software for Data and Business Intelligence Services (DBIS III) PME. This procurement involves a software suite capable of mining, altering, managing, and retrieving data from various sources, as well as performing statistical analysis, alongside SAS license maintenance. The software is crucial for enhancing data management and analytical capabilities within the agency. Interested vendors can reach out to Nicholas Barrett at nicholas.p.barrett@uscis.dhs.gov for further details regarding this opportunity.
    TCIU Case Management and Knowledge Management Support Services Redacted LSJ
    Dept Of Defense
    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.
    Intent to Sole Source ARMAG Relocation
    Consumer Product Safety Commission
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with ARMAG Corp. for the relocation of two double wide ARMAGs from the Blossom Point Research Facility in Welcome, MD, to the Summit Point Training Facility in Summit Point, WV. The procurement is necessary as ARMAG Corp. is the sole manufacturer qualified to disassemble and reassemble the explosion-proof magazines while ensuring compliance with ATF regulations. Interested parties may submit capability statements to demonstrate their ability to meet this requirement, with responses due by 12 PM Eastern Time on January 7, 2026. For further inquiries, contact Derrick Braswell at dbraswell@cpsc.gov or Cassandra Sterba at csterba@cpsc.gov.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    Enterprise Portal Contract (EPC)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking to award a sole source task order for the Enterprise Portal Contract (EPC) to ensure continuity of services. This procurement is being conducted under the exception to fair opportunity as outlined in FAR 16.505(c)(2)(i)(C), indicating the urgency and necessity of maintaining existing EPC services without a competitive bidding process. The services provided under this contract are critical for the ongoing operations and functionality of CMS's enterprise portal, which supports various IT and telecom applications. Interested parties can reach out to Andrew Mummert at andrew.mummert@cms.hhs.gov or by phone at 410-786-0403 for further information regarding this opportunity.
    Notice of Intent to Sole Source GSA
    Energy, Department Of
    The Department of Energy intends to sole source a follow-on task order to LRP Publications, Inc. for the provision of CyberFEDS Workman’s Compensation and Manager Advantage databases. This procurement aims to secure access to a unique combination of case decisions, statutes, regulations, manuals, guides, pay tables, bulletins, and news groups, which are critical for effective management and compliance in workplace safety and compensation. The task order will be executed against GSA Schedule 47QTCA20D002P, with performance taking place in Road Forks, New Mexico. For further inquiries, interested parties may contact Brenda Rae Hamilton at brenda.hamilton1@nnsa.doe.gov or by phone at 505-845-5657.
    Notice of Sole Source
    Commerce, Department Of
    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.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking qualified products for the Checkpoint Property Screening System (CPSS). The CPSS is typically used for screening and detecting prohibited items in passenger baggage at transportation checkpoints. Amendment 00001 to the Qualified Products List (QPL) Window 1 70T04019CPSSQPL-1 has been issued to provide updates, answer questions, and make additional updates to the QPL Window 1 Document. Please refer to the attached amendment for more details.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    ServiceNow- 8.405-6(b)- Items peculiar to one manufacturer
    Small Business Administration
    The Small Business Administration (SBA) is seeking to procure additional licenses for ServiceNow software, which is essential for integrating multiple platforms used by its Office of the Chief Information Officer (OCIO) and Office of Disaster Assistance (ODA). The procurement is justified under FAR 8.405-6(b) due to the unique capabilities of ServiceNow, which is the only software that can effectively support the SBA's mission-critical operations and compliance with Executive Order 14043, particularly in managing COVID-19 vaccination records for federal employees. The licenses are necessary to enhance the SBA's existing ServiceNow platform, ensuring seamless communication and data integrity across various business functions, thereby preventing disruptions in service management operations. Interested parties can contact Clinton Mouser at clinton.mouser@sba.gov for further details.