USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
ID: 12314423F0065Type: Justification
Overview

Buyer

AGRICULTURE, DEPARTMENT OFUSDA, DEPARTMENTAL ADMINISTRATIONUSDA, OCP-POD-ACQ-MGMT-BRANCH-FTCFORT COLLINS, CO, 80521, USA

PSC

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

    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services for the NRCS's ongoing software delivery activities, which are critical to the mission of the Farm Production and Conservation (FPAC) mission. The bridge contract will be awarded to Alethix LLC under their GSA Schedule, covering a 6-week base period from January 17, 2023, to February 28, 2023, and will replace the expiring services of the current contract. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or by phone at 970-295-5694 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Buyer not available
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services during the transition to a new competitively awarded contract, specifically for the Olympia Agile Release Train. The bridge contract, valued as a firm fixed-price task order, will be executed with TSPi for a base period of six weeks, from January 17, 2023, to February 27, 2023, replacing the expiring services under call order 12314421F0779. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or call 970-295-5694 for further details.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    Software License for the Comforte Secure Terminal Emulation Package for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure a software license for the Comforte Secure Terminal Emulation Package for its Agricultural Marketing Service Cotton & Tobacco Program. This procurement involves an annual license fee for the proprietary CERS J6530 software, which is essential for accessing cotton classification data and is exclusively available from ComForte, Inc., the sole vendor capable of providing necessary support and updates. The total estimated cost for this license is $25,198.45, with a performance period running from January 1, 2023, to December 31, 2023. Interested parties can reach out to Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811 for further information.
    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.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Buyer not available
    The Department of Agriculture, through the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), effective September 18, 2025. This solicitation outlines the contract clauses and provisions necessary for USDA's domestic food distribution programs, emphasizing the procurement of agricultural commodities through commercial items and sealed bidding, while integrating updates from the Federal Acquisition Regulation (FAR) and Agricultural Acquisition Regulations (AGAR). The document is crucial for ensuring compliance with U.S. origin product requirements and mandates electronic bid submissions via the Web-Based Supply Chain Management (WBSCM) system. Interested vendors can find more information and resources on the USDA website and should direct inquiries to Kyla Stoufer at Kyla.Stoufer@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.
    DRRS Sustainment and Maintenance Sole Source J&A
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.