608th AOC License Support
ID: FA460825QS039Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for license support services to Activu Corporation, as outlined in a special notice. This procurement action, conducted under FAR Part 13, is justified due to the unique capabilities of Activu Corporation, which are deemed necessary for fulfilling the requirements effectively, thus making competition impractical. The contract will be executed at Fort Johnson, Louisiana, and interested parties wishing to challenge this sole-source determination must submit an interest letter demonstrating their technical expertise and capability to compete. For further inquiries, potential challengers can contact Jonathan Schrank at jonathan.schrank@us.af.mil or Thomas Hutchins at thomas.hutchins.2@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Single Source Justification for a simplified acquisition under federal regulations, specifically FAR 13.106-1(b)(1). It indicates that the circumstances surrounding this contract action necessitate a sole-source procurement, meaning only one vendor can fulfill the requirements effectively. The justification is signed by the contracting officer, Thomas A. Hutchins, confirming the determination of single source availability. This document is a critical component of the procurement process, ensuring compliance with federal guidelines while streamlining contracting procedures when competition is deemed impractical. The declaration is dated July 3, 2025, reinforcing its relevance within the federal government's acquisition framework, which encompasses RFPs and contracts. Overall, this summary reflects the document's intent to justify a sole-source contract while maintaining adherence to federal acquisition regulations.
    Lifecycle
    Title
    Type
    608th AOC License Support
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to Award a Sole Source Contract - Kirtland AFB C4 (Command, Control, Communications, and Computer) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Command, Control, Communications, and Computer (C4) Services in support of Kirtland Air Force Base in New Mexico. This procurement aims to fulfill the requirements outlined in task order FA9401-23-F-0007, as detailed in the attached Sole Source justification document. The C4 services are critical for ensuring effective communication and operational command within military operations. Interested parties can reach out to Andrew Pascoe at andrew.pascoe@us.af.mil or Heather Shepard at heather.shepard.5@us.af.mil for further inquiries regarding this opportunity.
    FY26_Notice of Intent to Award Sole Source_Instructional Management and Learning Support Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to C2 Technologies, Inc. for Instructional Management and Learning Support at Maxwell Air Force Base, Alabama. This contract, which spans a period of seven months from February 19 to September 25, 2026, aims to provide essential management, instruction, and program enhancements for both graduate and undergraduate levels at Air University. Interested parties are invited to submit capability statements by December 18, 2025, to the primary contacts, Samantha Millington and Mark K. Restad, via the provided email addresses and phone numbers, as this notice serves informational purposes only and does not constitute a request for competitive proposals.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    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.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    First Sergeant Academy Guest Speaker (Intent to Sole Source)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Courageous Leadership Alliance, INC. for guest instructor services at the First Sergeant Academy located at Maxwell Air Force Base in Alabama. The contractor will provide onsite training focused on personal, group, and organizational development, along with compatible digital instructional materials and portable student handouts. This Firm-Fixed Price contract, which falls under NAICS code 611430, is set to run from February 1, 2025, to January 31, 2030, and interested parties must submit their capability statements and company information by December 15, 2025, at 12:00 pm CST to be considered. For further inquiries, interested vendors can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or LaChandra Thompson at lachandra.thompson@us.af.mil.
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 15 units of a specific DISPLAY UNIT from CUBIC DEFENSE APPLICATIONS, INC. This procurement is being conducted on a sole source basis due to the unique nature of the item, which is the only known source capable of providing the required support, as the government does not possess the necessary data to source it from other suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.