Notice of Intent to Sole Source - Data Management Services (MCC Evidence Platform)
Type: Special Notice
Overview

Buyer

MILLENNIUM CHALLENGE CORPORATIONMILLENNIUM CHALLENGE CORPORATIONMILLENNIUM CHALLENGE CORPORATIONWashington, DC, 20005, USA
Timeline
    Description

    The Millennium Challenge Corporation (MCC) intends to solicit and negotiate a sole-source contract for Data Management Services related to the MCC Evidence Platform, specifically with the existing vendor, ICPSR. The procurement aims to ensure continuity and efficiency in managing the platform, as transitioning to a new vendor would incur significant costs and delays due to the complexities involved in redesigning and migrating data, as well as necessary IT security assessments and staff training. Interested parties may submit a capability statement or quotation within 14 days of this notice, with responses due by 12:00 PM ET on December 22, 2025, directed to Walter Pemberton and Jacqueline Naranjo via email, as phone inquiries will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The Millennium Challenge Corporation (MCC) seeks a non-competitive follow-on contract with ICPSR for its Evidence Platform, citing economy and efficiency. Awarding to an alternative vendor would lead to substantial duplication of effort, cost, and unacceptable delays due to the need for new website design, development, testing, data migration, IT security assessment, legal reviews, MCC Manager configuration, and staff training. ICPSR's initial bid was the lowest among four offers and it scored highest technically, with its prices deemed fair and reasonable. MCC emphasizes ICPSR's existing infrastructure, knowledge of internal processes, and alignment with the Disclosure Review Board as crucial for cost-effectiveness and avoiding disruptions. While MCC plans to bring the public data sharing portion of the platform in-house eventually, it may still require a third-party for restricted data, where future competition will be explored.
    Lifecycle
    Similar Opportunities
    Master Data Management (MDM) & Enterprise Data Lake (EDL)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking to award a sole source task order for Master Data Management (MDM) and Enterprise Data Lake (EDL) services. This procurement aims to establish a bridge contract that will ensure the continuity of these critical services, which are essential for managing and analyzing healthcare data effectively. The contract will be executed in Windsor Mill, Maryland, and is justified under the exception to fair opportunity as outlined in FAR 16.505(b)(2)(i)(C). For further inquiries, interested parties may contact Dawn Wilkins at dawn.wilkins@cms.hhs.gov or by phone at 410-786-4588, or Allisan Hafner at allisan.hafner@cms.hhs.gov or 410-786-5147.
    KNIME Data Science Platform Renewal
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    Notice of Intent to Sole Source - S&P Global
    International Trade Commission, United States (duns # 02-1877998)
    The U.S. International Trade Commission (USITC) intends to award a sole source contract to S&P Global, Inc. for annual subscriptions to the Chemical Economic Handbook (CEH) and the Directory of Chemical Producers (DCP). This procurement aims to secure comprehensive and reliable global data on the chemicals industry, including critical information on supply chains, trade, and production capabilities, which are essential for the USITC's mission. The CEH and DCP provide unique, in-depth data that is not available from any other vendor, making them vital resources for the agency's analysis and research services. The contract will cover a base year from January 1, 2026, to December 31, 2026, with two optional one-year extensions. Interested parties may submit information to Meaghann Peak at meaghann.peak@usitc.gov within five days of this notice, although this announcement is not a request for competitive proposals.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Education, Department Of
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    FFRDC_Decennial Research and Design Services
    Commerce, Department Of
    The Department of Commerce, specifically the U.S. Census Bureau, is seeking to award a sole source task order to MITRE, Inc. for Decennial Research and Design Services related to the 2030 Census Operational Design and Selection Phase. This procurement aims to secure technical management, research and development, and strategic management support, focusing on program architecture and integration, requirements engineering and development, cost estimation, and simulated data experiments. The services provided will be critical in ensuring the effective planning and execution of the upcoming census, which plays a vital role in the allocation of federal resources and representation. For further inquiries, interested parties can contact Paul W. Boesch at paul.w.boesch@census.gov.
    Legal services ongoing maintenance and enforcement of settlement agreements and judgments already obtained by DFC
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking to award a sole source contract for legal services related to the ongoing maintenance and enforcement of settlement agreements and judgments previously obtained by the agency. The contract will encompass a firm-fixed price arrangement with a base year of 12 months and an option for an additional 12 months, emphasizing the need for specialized legal expertise in this area. This procurement is being conducted under Simplified Acquisition Procedures, allowing for sole source procurement when only one responsible source can fulfill the requirements. Interested parties are invited to submit capability statements by December 22, 2025, at 3:00 PM Eastern Time to Remi Eggers at remi.eggers@dfc.gov, as the government will consider these submissions in determining whether to pursue competitive procurement in the future.
    Notice of Intent to Sole Source - mLINQS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with MLINQS, LLC for the continued use of its relocation software, mLINQS, which is essential for facilitating travel relocation services for DOC employees. This acquisition will involve a one-year base contract with four additional one-year priced options, following the existing GSA schedule contract GS-33F-0007U. The mLINQS software is crucial for standardizing relocation processes across various bureaus within the DOC, ensuring compliance with federal regulations and enhancing operational efficiency. Interested parties may submit responses within 15 days of this notice to challenge the sole-source determination, with inquiries directed to Cameron Brooks and Brandon Harrell via their provided email addresses.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.