Blueprint Print Software
ID: W911S023P0003Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Eustis, is seeking sole source professional maintenance services for the proprietary Blueprint print software from PHAROS. This software is critical for all printer functions and is currently malfunctioning, leading to significant work stoppages and security compliance risks. The maintenance services are essential to restore full functionality, administrative reporting, and ensure cyber compliance, with the work to be completed over three consecutive days before the end of the calendar year. Interested parties can contact Stephanie M. Doutt at stephanie.m.doutt.civ@army.mil or William M. Jaeger at william.m.jaeger.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Mission and Installation Contracting Command (MICC) – Fort Eustis, on behalf of the TRADOC Proponent Office Army Training Information System (TPO ATIS), requires sole source professional maintenance services from PHAROS for their proprietary Blueprint software. This software, essential for all printer functions and residing on ATSC network servers and SQL databases, is currently malfunctioning, causing critical work stoppage and security risks due to cyber compliance issues. PHAROS is the only entity capable of providing the necessary maintenance for the existing Blueprint print equipment, parts, and support software. The services, to be performed over three consecutive days before the end of the calendar year, are deemed critical to restore full functionality, administrative reporting, online queue management, and ensure cyber compliance. Although Army Federal Acquisition Regulation Supplement (AFARS) generally mandates utilizing Army’s CHESS contracts, a CHESS SoNA was received, justifying procurement outside of CHESS due to the urgent and proprietary nature of the required services.
    Lifecycle
    Title
    Type
    Blueprint Print Software
    Currently viewing
    Justification
    Similar Opportunities
    Equipment Calibration and Software/Hardware Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    PRINTER,AUTOMATIC D
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Automatic Printer (NSN: 7025016633123). The procurement aims to restore the printer to a Ready for Issue (RFI) condition, ensuring it meets operational standards through comprehensive repair, testing, and inspection processes. This equipment is crucial for maintaining effective communication and documentation within Navy operations. Interested contractors must submit their proposals, including pricing and repair turnaround time, to the primary contact, Liam Cunningham, at 215-697-6525 or via email at LIAM.F.CUNNINGHAM2.CIV@US.NAVY.MIL, with further details outlined in the solicitation documents.
    Oracle Software Maintenance and Support Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    SP7000-23-P-0063 Limited Source Justification
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking to extend a sole-source contract for multi-functional device (MFD) services from Fuji Xerox CO., LTD. for a period of six months. This extension is necessary to ensure the continued performance of leased MFDs, which includes full-service maintenance, consumable supplies (excluding paper), training, networking, security accreditation, and technical support across various locations in Japan, bridging the gap until a new competitive procurement can be finalized. The procurement is critical for maintaining operational efficiency within DLA Information Operations Equipment Management Solutions (J67E). Interested parties can reach out to Tameka Drayton at tameka.drayton@dla.mil or Carl Devitz at carl.devitz@dla.mil for further details.
    Uplogix Maintenance Hardware and Software Support
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance renewal hardware and software support for Uplogix RN23-703, which is essential for the United States Army Human Resources Command (HRC) located at Fort Knox, Kentucky. This procurement focuses on Brand Name products to ensure compatibility and reliability in the Army's IT and telecom infrastructure. The maintenance support is critical for the ongoing operational efficiency of the Army's systems, which rely on these technologies for effective human resource management. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or by phone at 502-624-3424 for further details regarding this opportunity.
    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.
    Altair Hyperworks Software Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    Printer and Toner
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to provide printer and toner supplies through Blanket Purchase Agreements (BPAs). This procurement aims to streamline the acquisition of office supplies essential for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.