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
    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.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.
    70--SERVER,AUTOMATIC DA - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure six units of an automatic server and other replacement parts, specifically identified by NSN 7H-7035-016601143. The procurement is limited to Lockheed Martin Corporation as the approved source of supply, as the government does not possess the necessary data rights to purchase or contract repair from alternative sources. This equipment is critical for maintaining operational capabilities within the military's IT and telecom sectors. Interested parties may submit their interest and capability statements to Jennifer Elliott at jennifer.elliott@dla.mil within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1.
    Notice of Intent to Sole Source - Fiscal Note CQ Roll Call
    International Trade Commission, United States (duns # 02-1877998)
    The U.S. International Trade Commission intends to award a sole source Purchase Order to CQ Roll Call, Inc. for the provision of an integrated legislative tracking system for the year 2026. This system is essential for monitoring legislative developments, comparing draft bills, and providing daily news updates and analyses to support the Commission's research and statutory studies. Given that CQ Roll Call, Inc. is the only provider capable of fulfilling these specific requirements, the procurement will not be open to competitive quotations. Interested parties may submit information to Alisha Hunt, the Contracting Officer, at Alisha.Hunt@usitc.gov within five days of this notice, although a solicitation will not be issued.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Limited Sources Justification (LSJ) for IDIQ non-personnel support services
    State, Department Of
    The Department of State is seeking to post a Limited Sources Justification (LSJ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on non-personnel support services. This procurement aims to comply with FAR 8.405-6(a)(2)(i)(B), which outlines the justification process for limited sources. The services are critical for management support in contract, procurement, and acquisition areas, ensuring efficient operations within the department. Interested parties can reach out to Wade Ward at WardBW@state.gov or call 202-374-4491 for further information regarding this opportunity.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Library Of Congress
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    Intent to Award Sole Source - MTS Software
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, intends to award a sole-source contract for MTS TestSuite Software Support to MTS Systems Corporation. This procurement involves a firm-fixed-price order for 12 months of software support, which includes multiple licenses for various MTS TestSuite products, starting January 1, 2026. The software support is critical for maintaining the functionality of existing MTS test frames used for component and coupon testing, as MTS is the only authorized provider compatible with the laboratory's significant investment in MTS hardware and software. Interested parties may submit capability statements to Stephen Wenclewicz via email by December 22, 2025, at 11:00 PM EST, for consideration in a potential competitive procurement process.