PowerSchool Intersect Solution License Renewal
ID: N0018924Q0699Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, intends to award a sole source contract to PowerSchool Group LLC for the renewal of the Intersect Solutions subscription, a web-based college planning and engagement platform. This procurement aims to enhance the college readiness and engagement of high school students by integrating the college planning processes of students, parents, and guidance counselors into a cohesive database. The contract, valued at $335,375, will run from September 30, 2024, to September 29, 2025, with an anticipated award date of September 29, 2024. Interested parties must submit responses by September 23, 2024, and are required to register in the System for Award Management (SAM) for eligibility. For further inquiries, contact Cody Ellis at cody.c.ellis.civ@us.navy.mil or call 757-443-3801.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Supply Systems Command (NAVSUP) intends to award a sole source contract to PowerSchool Group LLC for renewing the subscription to the Intersect Solutions, a web-based college planning platform. The solicitation number for this contract is N0018924Q0699, categorized under NAICS code 518210, and it is not aimed at competitive bidding as it will not be open for proposals. The contract period runs from 30 September 2024 to 29 September 2025, with an anticipated award date of 29 September 2024. The decision to proceed without competition is supported by a Redacted Justification and Approval document, indicating that it will not be reserved for small business participation. Interested parties must submit responses by 23 September 2024, and registration in the System for Award Management (SAM) is required for eligibility. Detailed specifications, along with applicable FAR and DFARS provisions, are attached for review. This initiative underscores the government's focus on enhancing college readiness and engagement among high school students through a unified digital tool.
    The document outlines a sole source justification for the United States Naval Academy (USNA) to acquire PowerSchool Group LLC’s Intersect Solution, a web-based college planning platform crucial for engaging high school students in the college application process. The procurement will follow a firm-fixed-price model for a twelve-month base period, valued at $335,375, funded through FY24 Navy Operations & Maintenance appropriations. The authority for this sole source action is rooted in the need for a services provider that can integrate with the Naviance platform, which is widely utilized by 44% of U.S. high school students. PowerSchool, having acquired Hobsons Inc., is the only vendor that can provide the necessary services outlined in the performance work statement, enabling USNA to target prospective applicants based on various criteria. The continuation of this partnership is critical for meeting USNA's recruitment goals and supporting a network exceeding 10 million high school students using Naviance. The document also emphasizes that future procurements will be evaluated for potential competition should new sources emerge. The contracting point of contact is Cody Ellis from NAVSUP Fleet Logistics Center Norfolk.
    The U.S. Naval Academy is seeking to enhance its outreach efforts for prospective students through a web-based college planning and engagement platform. This initiative aims to increase awareness of the Naval Academy among students, particularly in regions with limited exposure to its opportunities, thereby ensuring diverse recruitment that meets the needs of the naval service. The platform should offer targeted messaging to students based on state, ethnicity, high school year, and GPA, as well as tools for engaging high school counselors. Additionally, it should provide an enhanced online presence through profiles, multimedia content, and lead generation for prospective student information. The qualifications for interested vendors include a nationwide network, school outreach capabilities, and the ability to deliver detailed performance metrics. The period of performance for the project commences on September 30, 2024, and concludes on September 29, 2025, with all deliveries directed to the U.S. Naval Academy's Office of Admissions in Annapolis, MD. This request aligns with the Academy's commitment to diversity and its congressional mandate to admit qualified applicants from across the nation.
    The document outlines instructions for vendors submitting quotes to the government for commercial products and services, specifically targeting the sole-source award to PowerSchool Group LLC. Key submission guidelines include electronic quotations to be submitted by the solicitation closing date, with prices locked in for 60 days. Vendors are required to include various documents to support their quoted prices, including invoices, sales history, and completed representations necessary for compliance. The addendum details several FAR clauses incorporated by reference, covering areas such as gratuities, representations regarding telecommunications equipment, and terms for small business concerns. The primary aim emphasizes the government’s compliance standards and vendor responsibilities in the procurement process. Emphasis is placed on price reasonableness evaluation against government estimates and specified requirements for certifications regarding federal tax liabilities and potential conflicts of interest. The detailed provisions are part of broader efforts to ensure transparency and accountability in federal contracting, particularly in relation to small and disadvantaged businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Special Notice For Sole Source ProQuest
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which aims to ensure the continued operation and integration of the Navy's manpower and personnel systems. This procurement involves the sustainment and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, including system integration, testing, implementation, and cybersecurity support. The contract is anticipated to be awarded in March 2025, with a total ordering ceiling of $338 million over a five-year period, and interested parties should direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil by the specified deadlines.
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    USNA Tripleplay (Uniguest) Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide a renewal of the Tripleplay digital signage and video-on-demand solutions at the U.S. Naval Academy (USNA) in Annapolis, Maryland. This procurement is focused on acquiring specific brand-name items without substitutions, as the existing system has been integral for nearly a decade in disseminating vital information across the campus, thereby minimizing operational disruptions and training needs. The solicitation is set to close on September 24, 2024, and interested parties must submit their quotes along with an authorized reseller letter from Uniguest, pricing, and shipping terms to be considered for this Firm-Fixed-Price contract. For further inquiries, vendors can contact Megan Evans at megan.m.evans18.civ@us.navy.mil or by phone at 757-443-1965.
    Intent to Sole Source - PROT 401: Protecting Power Systems for Engineers Training
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, intends to award a sole source contract to Schweitzer Engineering Laboratories, Inc. for the provision of in-person PROT 401 Tailored: Protecting Power Systems for Engineers training. This training is essential for instructing personnel on the design, implementation, and enforcement of NFPA 70 design and construction requirements for safety, which is critical for maintaining operational integrity in power systems. The contract is set for a one-year period, with a deadline for any statements of capabilities from interested parties due by 2:00 PM ET on September 23, 2024. For further inquiries, interested parties can contact Kimberly Hall at kimberly.a.hall124.civ@us.navy.mil.
    Intent to Sole Source to Terabase Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to Terabase Corporation for the procurement of the LogiQuest Simultaneous User License with AEL/APL Data Add-on (PN LQGS-03). This procurement is essential for enhancing logistical capabilities on naval vessels, allowing personnel to independently manage part and configuration issues without external support, thereby streamlining military operations. The justification for this sole source procurement emphasizes the need for compatibility with existing systems and the avoidance of delays and duplication of costs, as the LogiQuest system offers unique functionalities not available in current government systems. Interested parties capable of meeting the requirements must submit their capability statements by September 23, 2024, at 11:00 AM PST to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.