Notice of Intent Sole Source Award - Rohde & Schwarz
ID: PANAPG-24-P-0000002167Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT SW SECTORFORT HUACHUCA, AZ, 85613-5000, USA

PSC

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

    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY intends to award a sole source contract to Rohde & Schwarz for IT and Telecom - Business Application Software (Perpetual License Software). This software is typically used for various purposes such as data management, communication, and business operations. The place of performance for this contract is Fort Huachuca, AZ, 85613, USA. For more details, refer to the attached Notice of Intent. For any inquiries, contact Neil Mendiola at neil.s.mendiola.civ@army.mil or Elizabeth Wheeler at elizabeth.c.wheeler2.civ@army.mil.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent DNASTAR Lasergene Software
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to DNASTAR Inc. for the procurement of DNASTAR Lasergene software and its components. This software is critical for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) as it has been utilized for four years to read, analyze, and manipulate DNA protein sequences, facilitating vaccine and protein design through visual representation. The contract will ensure continued access to software updates and technical support, maintaining compatibility with existing data and research. Interested vendors may submit capability statements by May 17, 2025, at 10:00 AM Eastern Time via email to Ryan Jorgensen at ryan.r.jorgensen.civ@health.mil.
    Procurement of Keysight Technologies Model N7800A Test Management Environment (TME) Software License
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking to procure one Keysight Technologies Model N7800A Test Management Environment (TME) Software License for use in the Electrical Standard Laboratory at the Army Primary Standards Laboratory. This software license is crucial for enhancing the efficiency of calibration processes for network and signal analyzers within the In-House Calibration Lab. The procurement aligns with the Army's commitment to improve operational support and ensure effective calibration of military standards and equipment. Interested vendors are encouraged to submit their company details and capability statements via email to the designated contacts by May 15, 2025, as this Request for Information (RFI) serves as a preliminary step in the market research process.
    Notice of Intent - Sole Source - Rockwell Automation
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure software maintenance and technical support services exclusively from Rexel for Rockwell Automation systems. This procurement is justified as a sole-source acquisition under FAR Part 13.106-1(b), due to the proprietary nature of the software and the necessity for ongoing support, including 24/7 technical assistance, software upgrades, and field service. The services are critical for maintaining operational efficiency and compliance with IT requirements for the Legacy Control Centers. Interested parties may submit capabilities statements by May 14, 2025, to Steven Besanko at steven.besanko@navy.mil, as competitive quotes are not being solicited.
    Notice of Intent to Sole Source Pathology Software Subscription GLWACH
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-West, intends to award a sole source contract for a pathology software subscription to MediaLab Solutions, LLC, for the General Leonard Wood Army Community Hospital (GLWACH) Blood Bank laboratory. This software is critical for training personnel and ensuring compliance with Clinical Laboratory Improvement Amendments, as well as facilitating access to test results across multiple locations, thereby supporting quality healthcare and informed diagnostic decisions. The contract, valued below $250,000, is set to be awarded on or about May 16, 2025, and interested parties may direct inquiries to Fredicinda D. Jones at fredicinda.d.jones.civ@health.mil.
    Keysight Software with PathWave Radar and EW Library
    Buyer not available
    The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Keysight Technologies for the procurement of Keysight Software with PathWave Radar and EW Library. This acquisition is essential for fulfilling specific agency requirements, as only Keysight Technologies can provide the necessary software solutions. The procurement will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to demonstrate their capability to meet this requirement by responding to the notice. For further inquiries, interested vendors can contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418, referencing Notice of Intent number N00173-25-Q-1301239441.
    Notice of Intent to Sole Source to Silvus Technologies, Inc.
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Silvus Technologies, Inc. for the repair of three inoperable radios critical for GPS denial and Inertial Navigation System testing. The procurement requires the replacement of specific internal components to restore the radios to their original specifications, as mandated by the Original Equipment Manufacturer (OEM). These radios are vital for establishing a reliable radio network that supports 80% of the squadron's testing capabilities, underscoring their importance in maintaining operational readiness. Interested vendors may submit capability statements or quotes by May 14, 2025, with the anticipated award date set for May 23, 2025. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    Limited Competition- Esprit Software Maintenance
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-New Jersey, intends to issue a Request for Quote for the renewal of maintenance services for Esprit Computer Aided Manufacturing (CAM) Software. This procurement is a sole source requirement, specifically directed to Hexagon Manufacturing Intelligence Inc., the sole creator, developer, and distributor of the Esprit CAM software, emphasizing the necessity of these services for the U.S. Army Combat Capabilities Development Command-Armament Center. The resultant purchase order will be a Firm Fixed Price commercial order with a performance period of 12 months. Interested parties can direct inquiries to Kadeem Edwards at kadeem.a.edwards.civ@army.mil or Kim M. Potempa Niedosik at kim.m.potempaniedosik.civ@army.mil, with the understanding that this synopsis does not constitute a request for quotes or a commitment by the U.S. Government.
    NOTICE OF INTENT- Carahsoft VMWare Enterprise License Agreement (ELA) Bundle Renewal DoD ESI
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), intends to award a sole source contract for the renewal of the Carahsoft VMware Enterprise License Agreement (ELA) Bundle. This procurement is aimed at acquiring VMware licenses and subscriptions, which are essential for maintaining software and related services under the Department of the Navy Enterprise Software Initiative (ESI). The contract will be awarded to Carahsoft Technology Corporation, following a three-year Blanket Purchase Agreement established under contract number N6600124A0034, which includes a one-year base period and two optional one-year periods. Interested parties may submit capability statements or quotes to Ana Manavi at anarosa.manavi@usmc.mil by May 13, 2025, at 08:00 a.m. Eastern Time, although the government reserves the right to proceed without competition based on the responses received.
    MONARCH 2U RACKMOUNT SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the MONARCH 2U Rackmount System to 3Db Labs, Inc. This procurement includes software support and maintenance for the SCEPTRE and SCEPTRE-OFFLINE-ITAR systems, which are critical for the agency's operational capabilities. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have 14 calendar days from the notice publication to express their interest and capability. For inquiries, contact Andrea Graves at andrea.l.graves6.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-5621.
    Notice of Intent to Sole Source- MIRA 6000
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Germann Instruments for the procurement of a MIRA 6000 device, which is essential for airfield and pavement research. This specialized ultrasound tomographer technology is critical for evaluating rural airfield pavements by determining in-situ pavement structural profiles, layer thickness, and structural capacity, which are vital for maintaining airfield safety and functionality. The MIRA 6000 is uniquely suited for this purpose, as alternative testing methods are not acceptable, and Germann Instruments is the only vendor capable of meeting the government's specific requirements. Interested parties may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil by 1:00 PM CST on May 16, 2025, for consideration in determining whether to conduct a competitive procurement.