7A--IMT LBAO BAO CCTV PERPETUAL SOFTWARE LIC
ID: 140R8125Q0345Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The U.S. Department of the Interior, Bureau of Reclamation, Lahontan Basin Area Office (LBAO) intends to award a sole source purchase order to Eddyfi Technologies for the procurement of CCTV Perpetual Software Licenses. This procurement includes two ICON-C-CPN-CONVERT perpetual subscriptions and two ICON-UPG-CPN-TO-STD upgrades, which are essential for inspecting small-diameter drains on high-hazard dams, in accordance with Reclamation Directives and Standards FAC 01-07. Eddyfi Technologies is the sole provider of this software and support, justifying the non-competitive procurement process. Interested parties may submit capability statements or quotations to Albert Rumph at arumph@usbr.gov and Robert Shedrick at rshedrick@usbr.gov by September 17, 2025, at 12:00 PM EST, referencing Notice ID 140R8125Q0345.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior, Bureau of Reclamation, Lahontan Basin Area Office (LBAO) intends to award a sole source purchase order to Eddyfi Technologies for CCTV Perpetual Software Licenses. This action, under Notice ID 140R8125Q0345, is for (2) ICON-C-CPN-CONVERT perpetual subscriptions and (2) ICON-UPG-CPN-TO-STD upgrades, installation, remote assistance, and verification support. These licenses are crucial for inspecting small-diameter drains on high-hazard dams, aligning with Reclamation Directives and Standards FAC 01-07. Eddyfi Technologies is the sole provider of this ICON software and support, justifying the non-competitive procurement per FAR 13.106-1(b)(1)(i). Interested parties may submit capability statements or quotations to Albert Rumph (arumph@usbr.gov) and Robert Shedrick (rshedrick@usbr.gov) by September 17, 2025, 12:00 PM EST, with the subject line “140R8125Q0345 – Notice of Intent for CCTV Perpetual Software License.” The NAICS Code is 511210 (Software Publishers) and the PSC is 7A21 (IT and Telecom – Business Application Software (Perpetual License)).
    The U.S. Department of the Interior, Bureau of Reclamation, Lahontan Basin Area Office (LBAO) intends to award a sole source purchase order to Eddyfi Technologies. This procurement is for perpetual ICON software licenses and upgrades, specifically two ICON-C-CPN-CONVERT perpetual subscriptions and two ICON-UPG-CPN-TO-STD upgrades. These licenses are crucial for existing ICON Portable Controllers used to inspect small-diameter drains on high-hazard dams, a requirement under Reclamation Directives and Standards FAC 01-07. Eddyfi Technologies is the sole provider of this software and support, justifying the sole source action under FAR 13.106-1(b)(1)(i). This notice is not a request for competitive quotes, but interested parties may submit a capability statement or quotation by September 17, 2025, at 12:00 PM EST, via email to Albert Rumph and Robert Shedrick. The NAICS code for this action is 511210 (Software Publishers), and the PSC is 7A21 (IT and Telecom – Business Application Software (Perpetual License)).
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    (SPA) ProjNet Sofware
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    7A--Notice of Intent to Issue a Sole Source Award
    Buyer not available
    The U.S. Department of Energy (DOE) intends to issue a sole source award to ENVERUS, Inc. for an annual subscription to crude oil and natural gas well drilling and production data. This procurement is essential for the Energy Information Administration (EIA) to fulfill several congressionally mandated reports and analyses, including the Monthly Crude Oil, Lease Condensate, and Natural Gas Production Report, as well as the Annual Energy Outlook and other critical assessments. ENVERUS is uniquely positioned to provide the necessary proprietary data and tools, which are integral to ensuring the accuracy and reliability of EIA's statistical outputs. Interested parties that believe they can meet these requirements must submit their responses in writing to Jennifer Scharrer at jennifer.scharrer@hq.doe.gov, with a deadline for submissions not specified in the notice.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to Sole Source and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    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 - 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.
    Notice of Intent to Sole Source to Instant Technologies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    H--Annual software maintenance and support for Enoserv RTS
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) intends to issue a sole source contract for annual software maintenance and support for the Enoserv RTS system. This procurement aims to ensure the continued functionality and support of critical software used in energy management and operations. Interested parties are invited to submit capability statements demonstrating their ability to meet the government's requirements, as this notice serves informational purposes only and is not a request for competitive quotes. Responses must be submitted within five calendar days of this notice, and inquiries can be directed to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.