Notice of Intent to Sole Source under SAT
ID: 19AQMM24N0070Type: Special Notice
Overview

Buyer

STATE, DEPARTMENT OFUS

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of State intends to award a sole source purchase order to AUTOLOGIC LLC for the upgrade of hardware and software related to the Process Integration system currently maintained by the company. This procurement aims to enhance the existing system's capabilities, ensuring continued operational efficiency and effectiveness. The estimated value of this contract is approximately $249,000, with an anticipated award date of March 30, 2025. Interested parties may submit a capability statement by the notice closing date and can request a copy of the solicitation by contacting the primary point of contact, Sarah Duncan, at duncans1@state.gov.

    Point(s) of Contact
    Sarah Duncan
    duncans1@state.gov
    Richard Sanders
    sandersri@state.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Integrated Productivity
    Buyer not available
    The U.S. Department of State is conducting a Request for Information (RFI) to explore industry capabilities for providing a comprehensive suite of Commercial-off-the-Shelf (COTS) software tools and cloud infrastructure services aimed at enhancing its global operations. The Department seeks solutions that include operating systems, business productivity tools, unified communications, and enterprise security offerings, all designed to support its on-premises, mobile, and cloud environments while adhering to federal security standards. This initiative is crucial for improving the Department's information technology framework to effectively support its diplomatic missions worldwide. Interested vendors should direct their responses to John K. Warner at WarnerJ1@state.gov or Andrew Rothstein at RothsteinAT@state.gov, ensuring compliance with submission guidelines and deadlines as outlined in the RFI document.
    Notice of Intent to Sole Source for OCIS2 Sensor Maintenance
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Authentix, Inc. for the maintenance and support of the OCIS2 sensor system, which includes annual preventative maintenance, emergency repairs, and software upgrades. This proprietary system is critical for the Bureau's operations, ensuring the reliability and functionality of essential equipment used in currency production. The anticipated contract will cover a twelve-month base period with four additional twelve-month option periods, with performance locations in Fort Worth, Texas, and Washington, D.C. Interested parties must respond by 12:00 PM EST on March 31, 2025, and should contact Bryan Sheppard or Marico Sellers for further information, ensuring they are registered in the System for Award Management (SAM) at https://www.sam.gov.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    EM0036 - Palo Altos (6) Maintenance Renewal
    Buyer not available
    The Department of State is seeking proposals for the maintenance renewal of six Palo Alto devices, as part of its Global Talent Management office's procurement efforts. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the provision of other computer-related services, specifically in the IT and telecom sector. The maintenance services are crucial for ensuring the continued operational efficiency and security of the department's IT infrastructure. Interested vendors should reach out to Erin Myers at Myersec2@state.gov for further details regarding the solicitation process and any associated deadlines.
    J--Notice of Intent to Sole Source a Multisystem Service and Maintenance Agreement
    Buyer not available
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for a Multisystem Service and Maintenance Agreement to New England Research, Inc. (NER) to support the AutoLab AL0157 and AL0169 systems. This agreement is critical for ensuring the continued operability of the equipment and includes necessary upgrades to maintain functionality within NETL's operational environment. As the original equipment manufacturer, NER possesses proprietary knowledge essential for the maintenance of these systems, and no alternative sources have been identified that can fulfill this requirement. Interested parties who believe they can meet the requirements must submit their capabilities in writing to Rebekah Parks at rebekah.parks@netl.doe.gov by 12:00 P.M. ET on March 26, 2025, as this notice is not a request for proposals.
    LABTRAC Enterprise
    Buyer not available
    The Department of Defense, through the Defense Health Agency, intends to award a noncompetitive, firm-fixed-price purchase order to INVENTRIX INC for customer service support and maintenance of the LABTRAC Enterprise system at the Naval Medical Center San Diego. The procurement encompasses the provision of software, hardware, and a storage area network, along with comprehensive technical support services for a period extending from March 24, 2025, to March 23, 2029. This initiative is crucial for ensuring the operational readiness and functionality of the LABTRAC System, which plays a vital role in medical equipment management within the military healthcare framework. Interested vendors must submit their capability statements in writing by March 20, 2025, at 4:00 PM PDT, and are required to be registered with the System for Award Management (SAM) to participate in this opportunity.
    DOJ Data Trends Analytics Support
    Buyer not available
    The Department of Justice (DOJ) intends to award a sole-source firm-fixed price contract to Palantir USG, Inc. for the provision of a software license for the Palantir Platform Evaluation Term, aimed at supporting the DOJ's Data Trends Analytics initiative. This procurement is being conducted under the authority of FAR 13.106-1(b), which allows for negotiation with a single source, emphasizing the unique capabilities of Palantir in this domain. The software license is critical for enhancing the DOJ's analytical capabilities, which are essential for data-driven decision-making and trend analysis. Interested parties may express their capabilities to Marie Headley via email by March 17, 2025, at noon EST, although there is no guarantee that a competitive procurement process will follow.
    Integrated Library System
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking contractor support for an Integrated Library System aimed at enhancing the management of its extensive library resources. This system will facilitate cataloging, acquisitions, circulation, and electronic resource management for over 700,000 bibliographic titles, 80,000+ electronic journals, and more than 400,000 eBooks, ultimately providing user-friendly online access and robust reporting capabilities. The USPTO plans to award a five-year contract valued at approximately $1,234,081 to the sole vendor, Ex Libris Alma/Primo, following market research that identified them as the only qualified source. Interested parties can reach out to Andrew Spinazzola at andrew.spinazzola@uspto.gov or call 571-270-7994 for further information, with the expected award date set for March 31, 2025.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    R&S Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of a Wideband Extension Sequencing software license, specifically for the Rohde and Schwarz SMW-B9 system. This requirement is classified as a sole-source brand name procurement, necessitating that all bidders be authorized resellers of Rohde & Schwarz USA, Inc., to ensure compliance with federal procurement standards and quality assurance. The procurement is critical for enhancing existing capabilities within the department's technological framework, with proposals due by March 21, 2025, and an anticipated award date in April 2025. Interested vendors should direct inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further details.