JREAT Helpdesk 2025 - Intent to Sole Source
ID: 007230Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M4 USPFO ACTIVITY HIANG 154HONOLULU, HI, 96816-4495, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Army National Guard, intends to issue a sole source firm fixed price contract to Science Applications International Incorporation for the JREAT Helpdesk 2025 services. This procurement involves providing updated software licenses for the Joint Range Extension (JRE) system, which is critical for maintaining the security and interoperability of JREAT equipment used in mission execution. The contract will span one base year with four optional years, requiring the contractor to supply personnel, equipment, and quality control measures while adhering to specific performance metrics and compliance regulations. Interested parties must express their interest and capability by April 22, 2025, by contacting Clesson Paet at clesson.k.paet.civ@army.mil, with the NAICS code for this procurement being 513210 and a size standard of $47 million.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 12:04 AM UTC
The document outlines the Performance Work Statement (PWS) for the Joint Range Extension (JRE) Helpdesk 2025 Services, which involves providing updated software licenses, necessary personnel, and support to ensure the functionality of JREAT equipment. The contractor must fulfill specific objectives, including maintaining a workforce to perform tasks within stipulated hours and ensuring compliance with installation regulations and security protocols. The contract spans one base year with up to 60 additional option years, detailing quality control and assurance measures the contractor must implement, as well as their obligation to report labor hours and performance metrics. Specific regulations regarding contractor employee conduct, identification, data rights, and vigilance against trafficking in persons are prominently featured. The PWS also advises on necessary training for personnel and mandates that all materials produced under the contract shall be government-owned. Overall, this document serves as a comprehensive guide for contractors bidding on federal RFPs, emphasizing adherence to standards and performance metrics essential for effective contract execution.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
SciTools Understand License Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of licenses for SciTools Understand software on a sole-source basis from Emenda USA. The procurement includes 20 units of UND-LAB20-SUB, 4 units of UND-LAB-RESET, and 5 units of UND-NL-SUB, as Emenda USA is the sole authorized distributor for Scientific Toolworks Inc. in North America. This software is critical for various defense-related applications, ensuring quality and reliability in software development and analysis. Interested firms that believe they can meet the requirements must submit a capability statement to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil within five days of this notice, referencing solicitation number N6893625Q5053. All interested parties must also be registered in the System for Award Management (SAM) database to be eligible for contract award.
RTI SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking quotations for software licenses and maintenance services related to Real Time Innovations (RTI) Connext DDS Professional. The procurement includes developer subscriptions for various operating systems, annual maintenance for specific architectures, and technical support subscriptions, all of which are critical for the government's operational needs in software development. This opportunity emphasizes compliance with federal acquisition regulations and requires submissions from authorized resellers, with a firm fixed price contract anticipated. Interested parties must submit their quotes by May 1, 2025, and can direct inquiries to Elizabeth Domotor at elizabeth.a.domotor.civ@us.navy.mil or by phone at 540-621-1360.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
70--A secret clearance is required. See attached DD254
Buyer not available
Presolicitation Department of Defense is seeking NetApp maintenance renewal support for the Joint Staff, J7. The service is being procured on a brand name basis with authorized resellers of NetApp Incorporated. The period of performance is from February 1, 2016, to January 31, 2017. A firm fixed price type contract will be issued in accordance with FAR 13. For more information, contact Jaime Slattery at jaime.slattery@navy.mil or (215) 697-9605.
Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support
Buyer not available
The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Synergetic Information Systems, Inc. for the provision of application services and ancillary support within the Defense Information Systems Network (DISN) Mission Support Office (MSO). This contract aims to ensure continuity of mission-critical services for various IT projects associated with the Department of Defense (DoD), particularly during a period of transition following a protest related to existing transport services. The operational period for the proposed contract is set from February 3, 2024, to May 2, 2025, and interested companies may express their capabilities within 15 days of this notice; however, a competitive solicitation will not be issued due to the sole-source nature of the requirement. For further inquiries, interested parties can contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or Jason Day at jason.j.day.civ@mail.mil.
iPreflight Genesis Software Licenses
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.
Aerospace (AS) 9100 / 9110 gap analysis & planning support
Buyer not available
The Department of Defense, specifically the Letterkenny Army Depot, is planning to issue a firm-fixed price service contract for gap analysis and planning support related to the sustainment of Aerospace (AS) 9100/9110 Standards. This procurement aims to ensure compliance and enhance operational efficiency, with the contract structured to include a 12-month base period and two additional 12-month option periods, exclusively set aside for small businesses. The applicable NAICS code for this opportunity is 541618, with a size standard of $19 million, and the Product Service Code is R420, which pertains to professional support in certifications and accreditations. The solicitation number W911N2-25-Q-0024 is anticipated to be released around May 19, 2025, with a closing date on or about June 10, 2025. Interested parties must be registered in the System for Award Management (SAM) Database to submit proposals, and inquiries can be directed to Jeffrey Morton at jeffrey.l.morton2.civ@army.mil.
RCTA online student registration database with hosting, maintenance and help desk support
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking capable contractors to develop, host, and maintain an online student registration database for the Regional Counterdrug Training Academy (RCTA) law enforcement training programs. This opportunity includes the provision of help desk support and ongoing management of the database system. The services are critical for facilitating efficient registration and data management for training programs, with the anticipated NAICS code being 518210, which covers Computing Infrastructure Providers and related services. Interested contractors must submit their company information, including contact details and business size, by 1:00 P.M. Central Daylight Time on April 30, 2025, via email to Laurie C. Morris at laurie.c.morris3.civ@mail.mil. Compliance with federal contracting requirements, including registration in the System of Award Management (SAM), is necessary for participation.