TimeControl Licensing Support and Maintenance
ID: 52800PR250012632Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for TimeControl licensing support and maintenance through a Request for Quote (RFQ # 52800PR250012632). The procurement aims to secure a renewal of licensing and maintenance services for the period from July 6, 2025, to July 5, 2026, covering support for 342 users and 1,754 crew members, which is critical for managing timekeeping across USCG's industrial production facilities. This total Small Business set-aside opportunity requires brand name products only, with proposals due by May 10, 2025, and must be submitted in writing to the designated contacts, Brianna Riffle and Mark Rushing. Interested vendors must ensure compliance with all solicitation instructions and provide necessary identifiers, as the contract will be awarded to the lowest-price technically acceptable offer.

    Files
    Title
    Posted
    The United States Coast Guard (USCG) has issued a requirements document for the renewal of TimeControl licensing support and maintenance for its Depot Management System (DPOMS TCI). This initiative is vital for managing timekeeping for USCG employees across ten industrial production facilities. The document outlines the need for technical support, software updates, and upgrades during the contract period from July 6, 2025, to July 5, 2026, which includes support for 342 users and 1,754 crew members. The contractor is expected to provide comprehensive technical support, responsive to issues during business hours and addressing critical severity issues promptly. Furthermore, all software and services must comply with Section 508 of the Rehabilitation Act, ensuring accessibility for individuals with disabilities. An Accessibility Conformance Report is required for all ICT items to validate compliance with Section 508 standards. The primary place of performance will be at the USCG Command Service Center in Alexandria, Virginia. This document signifies USCG’s commitment to maintaining operational efficiency and compliance with federal accessibility guidelines.
    The document outlines key Federal Acquisition Regulation (FAR) provisions and clauses relevant to government contracting, specifically incorporating solicitation provisions by reference and detailing essential representations and certifications. It emphasizes the importance of compliance with laws regarding telecommunications and video surveillance services, particularly relating to Kaspersky Lab products and equipment from certain foreign entities, which are prohibited due to national security concerns. Additionally, it specifies procedures for reviewing the System for Award Management (SAM) for excluded parties and mandates representations from offerors regarding the use of covered telecommunications equipment and services. The document also delineates clauses that must or must not be included in certain contracts, highlighting the evolving nature of federal contracting regulations to ensure accountability and security. Overall, this FAR Attachment serves as a comprehensive guide for contractors to ensure alignment with federal requirements in RFPs and grants while safeguarding sensitive information and national interests.
    The document outlines procedures for contractors submitting payment requests related to FSMS Awards within the federal government framework. It defines a "payment request" as any bill or invoice that must adhere to specific requirements set forth in FAR 32.905(b) regarding invoice content, and applicable payment clauses. Electronic submission is mandated through the Invoice Processing Platform (IPP), although alternatives are permissible only with written authorization from the contracting officer. Contractors must include this authorization with any payment request submitted through alternative methods. Additionally, essential contact information for officials, including Brittany Baker, is provided for support with the payment processing. This document primarily serves to ensure compliance and streamline the payment request process for contractors engaging with federal grants and contracts.
    The U.S. Coast Guard (USCG) is soliciting proposals for TimeControl licensing support and maintenance through a Request for Quote (RFQ # 52800PR250012632). The solicitation is designated as a total Small Business set-aside and requires brand name products only, with no substitutes accepted. Proposals are due by May 10, 2025, and must be submitted in writing to the specified contacts. The procurement aims to secure a license renewal for the period from July 6, 2025, to July 5, 2026, covering support for 342 users and 1,754 crew members. The contract will be awarded to the lowest-price technically acceptable offer, under a Firm Fixed Price structure. Vendors must register with the System for Award Management (SAM) and provide necessary identifiers and pricing details in their submissions. Compliance with provided instructions is crucial, as non-conformance may lead to disqualification. The government retains the right to reconsider this solicitation or cancel it as needed. The overall goal is to obtain reliable TimeControl software services necessary for USCG operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    Red Hat Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to procure brand-name maintenance support for Red Hat (RH) software to ensure continued operational effectiveness of its managed systems at the C5ISC facility in Kearneysville, West Virginia. This procurement is essential for obtaining technical support, security patch updates, and software release updates for existing RH software, which is critical for maintaining security compliance across the USCG's network and cloud computing environments. The estimated cost for this annual software maintenance is $371, and the USCG plans to award a Firm-Fixed Price delivery order through authorized RH resellers on the NASA Solutions for Enterprise-Wide Procurement (SEWP) V contract vehicle. Interested parties can contact Leslie D. Lee at leslie.d.lee2@uscg.mil or Michael McFadden at Michael.A.McFadden@uscg.mil for further information.
    Berth, Crew Rack and Locker, Wardrobe
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.