Special Notice- Intent to Sole Source a Blanket Purchase Agreement for CLO Enterprise Software Licenses
ID: W911QYR26CLOType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source Blanket Purchase Agreement (BPA) to CLO Virtual Fashion, LLC for the procurement of CLO Enterprise Software licenses. This requirement includes the purchase of approximately three to eight annual software licenses over a five-year period, which will encompass software upgrades, maintenance, bug fixes, and support for 3D clothing design software utilized by certain War Department activities at the Natick Soldier Systems Center. The total ceiling for all delivery orders under this BPA is estimated at $249,999.99, with the award anticipated on or before October 31, 2025. Interested parties may express their interest and capability by contacting Edmund Bousaleh and Alejandro Ayala via email by the deadline of 1200 HRS EDT on October 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Control No: JA-25-Nat-0591, outlines certifications related to a contract action. The Technical/Requirements Certification confirms the accuracy and completeness of supporting data. The Contracting Officer Certification/Approval, signed by Alejandro Ayala, determines that the anticipated cost will be fair and reasonable. It also certifies the justification's accuracy and completeness, approving the sole-source purchase as being in the best interest of the Government, subject to fund availability and authorization of services/supplies. This document is crucial for ensuring transparency and accountability in federal procurement processes.
    Similar Opportunities
    Intent to Sole Source Anark Software License Subscription
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole source contract to Anark Corporation for a software license subscription essential for the Digital Data Center’s Model-Based Definition (MBD) project. This procurement involves a base year plus four additional years of subscription services, which include licensing, maintenance, and support for software that automates the flow of aircraft parts designs from Engineering to Manufacturing. Anark Corporation is the Original Equipment Manufacturer (OEM) of the required software, which is proprietary and not available from any other source, emphasizing the critical nature of this procurement for the agency's operational needs. Interested parties may submit a capability statement within three calendar days of this notice to be considered for potential competitive procurement, with inquiries directed to Melinda Bowen at melinda.a.bowen.civ@us.navy.mil.
    Synthesia Enterprise License
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for a Synthesia Enterprise License with Synthesia Limited. This procurement is aimed at acquiring software under the NAICS code 513210, which pertains to software publishers, and is critical for enhancing the Army's operational capabilities through advanced business application software. The government plans to proceed with this non-competitive award under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of their capability by 12:00 PM EST on December 10, 2025. For further inquiries, interested parties may contact Tyasia Oaks at tyasia.a.oaks.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
    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.
    TIERED SMALL BUSINESS SET-ASIDE FOR forty-five (45) Virtual Contact Center (VCC) Software Licenses
    Buyer not available
    The Department of Defense, specifically the U.S. Army Research Laboratory (ARL), is soliciting proposals for forty-five (45) Virtual Contact Center (VCC) software licenses to support Tier 1 and Tier 2 Help Desk operations. The procurement is structured as a tiered small business set-aside, which will transition to full and open competition if no acceptable offers are received from responsible small businesses. The VCC system must be a web-based, cloud-hosted application compatible with major browsers, featuring essential functionalities such as call management, reporting tools, and integration capabilities, with a performance period starting January 1, 2026, and lasting through December 31, 2026, along with two optional years. Proposals are due no later than three business days after posting by 11:59 AM EST, and interested parties should contact Myoung J. Kang-Jones at myoung.j.kang-jones.civ@army.mil for further information.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    Parraid Software for Flight Test Support
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    CST STUDIO SUITE PACKAGE
    Buyer not available
    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.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Notice of Intent - BPA call order - Patient specific prosthetic devices
    Buyer not available
    The Department of Defense, through the Regional Health Contracting Office-West, intends to award a Firm-Fixed-Price sole source BPA call order for patient-specific prosthetic devices at the Center for the Intrepid, located at the San Antonio Military Medical Center in Texas. This procurement is aimed at fulfilling the medical needs of service members requiring specialized prosthetic solutions, which are critical for their rehabilitation and quality of life. The BPA call is expected to be awarded on or about February 1, 2026, with interested vendors encouraged to submit capability statements by December 11, 2025, at 10 AM CDT. For further inquiries, vendors may contact Ivette Jefferson at ivette.y.jefferson.civ@health.mil or Anthony J Smith at anthony.j.smith138.civ@health.mil.
    MicroFocus Fortify Software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.