D--Sole Source Justification (Redacted)
ID: 140D0426Q0010Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of the Interior, through its Interior Business Center, is issuing a sole source justification for a follow-on contract with Canto, Inc. to provide a cloud-hosted Digital Asset Management (DAM) Software as a Service (SaaS) solution for the Peace Corps. This procurement is necessitated by Canto, Inc.'s unique qualifications, which include existing system integration, scalability for 750 users, and comprehensive support services, making them the only capable vendor identified through market research. Transitioning to a new vendor would incur significant costs and delays, which the Peace Corps cannot accommodate due to staffing reductions. Interested parties can contact Michael McGuire at MIKE_MCGUIRE@IBC.DOI.GOV or call 703-964-3622 for further details.

    Point(s) of Contact
    Mcguire, Michael
    (703) 964-3622
    (505) 346-2744
    MIKE_MCGUIRE@IBC.DOI.GOV
    Files
    Title
    Posted
    The Department of the Interior's Interior Business Center, on behalf of the Peace Corps, is issuing a sole source justification for a follow-on contract with Canto, Inc. (Solicitation 140D0425Q0637) for a Digital Asset Management (DAM) Software as a Service (SaaS) solution. This decision, authorized by FAR 13.501(a) and 41 U.S.C. 1901, is based on Canto, Inc.'s unique qualifications, including existing system integration, scalability for 750 users and 500 GB storage, and comprehensive support services. Market research, including an RFI and two Sole Source Notices of Intent on SAM.gov, yielded no other capable vendors. Awarding to a new vendor would incur substantial duplication costs (estimated at $160,000 to $370,000 for transition and training, plus a $50,000 bridge cost) and significant delays of up to 18 months for data migration and staff training, which the Peace Corps cannot support due to staffing reductions. The anticipated cost will be deemed fair and reasonable through price analysis and comparison to historical prices and an independent government estimate.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Justification for an Exception to Fair Opportunity - Documentum Licenses and Associated Maintenance
    Buyer not available
    The Agency for International Development (USAID) is seeking to procure Documentum licenses and associated maintenance services for its M/CIO office. This procurement aims to ensure the availability and support of the Documentum suite, which is critical for managing and storing documents within USAID's operational framework. The licenses and maintenance services are essential for the effective functioning of IT and telecom applications, specifically in application development software. Interested vendors can reach out to Berneta Ellis at beellis@usaid.gov or Andrea Miskin at amiskin@usaid.gov for further inquiries regarding this opportunity.
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Buyer not available
    The Department of the Interior (DOI) is issuing a six-month sole-source contract to T&T Consulting Services, Inc. for critical computer/information technology (C4IT) support services on behalf of the Department of Defense Medical Education and Training Campus (METC). This procurement is necessary to provide Tier 0/I/II support, system administration, and management of IT and audio-visual equipment, ensuring uninterrupted service for over 8,000 hardware units and 9,500 daily users during the transition to a new follow-on contract. The total estimated value of the contract is $1,988,537.60, and the incumbent contractor, T&T Consulting Services, Inc., was selected due to their existing DOD clearances and experience, which are vital for maintaining mission-critical support. For further inquiries, interested parties can contact Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Buyer not available
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Buyer not available
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    Notice of Intent to Sole Source - mLINQS
    Buyer not available
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with MLINQS, LLC for the continued use of its relocation software, mLINQS, which is essential for facilitating travel relocation services for DOC employees. This acquisition will involve a one-year base contract with four additional one-year priced options, following the existing GSA schedule contract GS-33F-0007U. The mLINQS software is crucial for standardizing relocation processes across various bureaus within the DOC, ensuring compliance with federal regulations and enhancing operational efficiency. Interested parties may submit responses within 15 days of this notice to challenge the sole-source determination, with inquiries directed to Cameron Brooks and Brandon Harrell via their provided email addresses.
    Intent to Sole Source - Cube-Tec System Replacement
    Buyer not available
    The Library of Congress is seeking to replace its existing Cube-Tec systems at the Culpeper facility, specifically the CubeWorkFlow, Dobbin, and Quadriga Systems, while also acquiring an additional Cube-Tec CD-Inspector appliance to enhance functionality for the NAVCC/Recorded Sound collection. This procurement is intended to be fulfilled through a sole source contract awarded to Cube-Tec, Inc., as they are the original equipment manufacturer and possess the necessary expertise to meet the Library's requirements. The services and equipment are critical for maintaining and preserving audio-visual materials, which are vital to the Library's mission. Interested vendors must submit a capability statement, not exceeding five double-spaced pages, detailing their qualifications by the specified deadline, with inquiries directed to Brian D. Curl at bcurl@loc.gov or James Robinson at jarobinson@loc.gov.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Buyer not available
    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.
    R--Conflict Management Services - Internal
    Buyer not available
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Buyer not available
    The U.S. Agency for International Development (USAID) is seeking to enter into a contract with the Canton Group for website design, administrative, and maintenance support services, specifically for the Office of Inspector General (OIG). The primary objective of this procurement is to continue the redesign and maintenance of the USAID OIG External Public Website, ensuring compliance with security requirements and addressing existing vulnerabilities in the current content management system. This contract is critical for maintaining the functionality and security of the OIG's public-facing digital presence, which is essential for the dissemination of legally required reports and information. The estimated cost for this contract is $929,469.61, with a performance period starting from March 15, 2023, to March 14, 2024, and options for two additional years. Interested parties can contact Scott Ferrante at sferrante@usaid.gov for further details.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.