Notice of Intent to Award Sole Source Washington State Patrol Database ACCESS Subscription
ID: PANMCC25P0000020345Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-JB LEWIS-MC CHORDJOINT BASE LEWIS MCCH, WA, 98433-9500, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The Department of Defense, specifically the Mission Installation Contracting Command at Joint Base Lewis-McChord, intends to award a sole source contract for a subscription to the Washington State Patrol's ACCESS system, a web-based law enforcement information system. This procurement aims to secure monthly access to critical databases that provide law enforcement information from both state and federal sources, essential for the operational needs of law enforcement entities at JBLM. The Washington State Patrol is the sole provider of this vital data service, which supports functions such as checking for warrants and vehicle registrations, thereby playing a crucial role in the law enforcement mission within the JBLM community. Interested parties must express their interest and capability to respond by 12 PM PST on December 9, 2025, and can direct inquiries to Diana Neff at diana.c.neff.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    WADS Keypad Relocation Sole Source Justification
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a special notice for the sole source justification of the WADS Keypad Relocation project at Camp Murray, Washington. This procurement involves the relocation of security systems, which are critical for maintaining operational security and safety at military installations. The services required fall under the NAICS code 561621, focusing on Security Systems Services, and the PSC code 6350, which pertains to miscellaneous alarm, signal, and security detection systems. Interested parties can reach out to the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil for further inquiries, as there are no set-asides for 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.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    DATA SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.
    LCR Armed Guard Services 3 Month Bridge, Sole Source
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole-source contract for armed guard services to Prosecure, LLC, the incumbent contractor, for a three-month bridge period. This procurement aims to provide essential security services at the Bonneville, John Day, and The Dalles Dams, ensuring the safety and operational integrity of these critical facilities. The contract falls under the NAICS code 561612 for Security Guards and Patrol Services, with a size standard of 600 employees, and is classified under PSC code S206 for housekeeping-guards. Interested parties must submit capability statements by 2:00 PM Pacific Time on December 9, 2025, to Nathean Stoner at nathean.w.stoner@usace.army.mil, as no solicitation will be posted and oral communications are not accepted.
    (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.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.