Notice of Intent for SAS Software Licenses
ID: 70US0925R70092630Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

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

    The U.S. Secret Service (USSS), part of the Department of Homeland Security, intends to award a sole source delivery order for SAS Software Licenses to Executive Information Systems, LLC. This procurement includes licenses for SAS Analytics and SAS/ETS for ten users each, along with annual maintenance, supporting the Office of Human Resources' Workforce Planning Division. The software is critical for the USSS's analytical operations, and the justification for selecting Executive Information Systems as the sole source is based on their status as the only authorized reseller of the required software. Interested parties who believe they can meet the requirements must submit written evidence of capability by 10:00 AM ET on February 24, 2025, to Theresa Williams at theresa.williams@usss.dhs.gov, as phone submissions are not accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Secret Service (USSS), under the Department of Homeland Security (DHS), is seeking approval for a limited-sources justification to procure SAS Software licenses from Executive Information Systems, LLC (EIS) through a General Services Administration (GSA) order. This justification, designated LSJ No: FY25-0010, is based on the need for specific brand name software unique to EIS, as they are the sole authorized reseller. The procurement request includes ten licenses for SAS Software, specifically for SAS Analytics Pro and SAS/ETS, along with associated annual maintenance. This procurement aligns with FAR 8.405-6 regulations governing the solicitation of Federal Supply Schedule contractors. The document asserts the necessity to limit the sources due to the proprietary nature of the product, emphasizing compliance with federal acquisition protocols while ensuring the USSS has access to essential analytical tools for their operations.
    The U.S. Secret Service (USSS) has issued a Notice of Intent to award a sole source delivery order to Executive Information Systems for SAS Software Licenses, as per FAR 13.106-(1)(b)(1). This procurement supports the Office of Human Resources (HUM)/Workforce Planning Division (WPL) and spans a Base Year plus four Option Years. The required software includes SAS Analytics for ten users, SAS/ETS for ten users, and additional SAS access for users, with annual maintenance entailed. The justification for selecting Executive Information Systems as the sole source is included in the file. Interested parties that believe they could meet the requirements must submit written evidence of capability by 10:00 AM ET on February 24, 2025, to the specified email address, as phone submissions are not accepted. The relevant NAICS code is 541519, identifying it as a service related to computing. This notice fulfills the synopsis requirement while indicating that no competitive bidding will occur unless a qualified alternate source is identified.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Preventative Maintenance and Curative Repair Beckman Coulter PT Protection Service Base plus Four Option Years
    Buyer not available
    The Department of Homeland Security's U.S. Secret Service (USSS) is seeking proposals for a task order to provide preventative maintenance and curative repair services under the Beckman Coulter PT Protection Service Plan for three automated liquid handling systems. The procurement aims to ensure that these systems operate in compliance with International Organization for Standardization (ISO) standards, necessitating services from the original manufacturer due to the specialized nature of the equipment and parts. This contract will include a base year with four option years, starting in June 2025, and will prioritize technical capability and key personnel qualifications over price in the evaluation process. Interested contractors can reach out to Melissa Chabot at melissa.chabot@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    NOTICE OF THE GOVERNMENT’S PROPOSED CONTRACT ACTION TO ISSUE A SOLE SOURCE AWARD FOR SENTRIS SOFTWARE
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source contract to ManTech Advanced Systems International for SENTRIS software subscriptions and support. This contract, which will extend the current agreement set to expire on March 25, 2025, is critical for the DOD Chief Information Officer's Special Access Programs, ensuring that sensitive data is accessed only by appropriately cleared users and maintaining the integrity of classified information. The proposed action is not a request for proposals or quotes, and the government reserves the right to cancel the award. For further inquiries, interested parties can contact Brandon Mitchell at 703-695-4021 or via email at brandon.o.mitchell.civ@mail.mil.
    Scanwriter Premier Software
    Buyer not available
    The Bureau of the Fiscal Service, on behalf of the U.S. Department of Housing and Urban Development Office of the Inspector General (HUDOIG), intends to award a sole-source contract to Personable Inc. for its ScanWriter Premier Software. This software is crucial for converting significant volumes of physical text records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents such as bank statements and checks. The unique capabilities of ScanWriter, which include instant audit trails and handwriting conversion, have been determined to be unavailable from other providers, justifying the sole-source award under FAR 6.302-1(b)(1). Interested parties must submit a capability statement by September 19, 2024, to purchasing@fiscal.treasury.gov, and should include company details, UEI number, product offerings, and a brief capabilities statement, adhering to specified file formats.
    SailPoint Identity IQ Renewal
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the renewal of SailPoint Identity IQ, a critical identity management software, for the period of April 1, 2025, to March 31, 2026. Offerors must submit a completed Pricing Table in Excel format, along with any applicable End User License Agreements and compliance certifications, ensuring adherence to federal procurement standards. This procurement is essential for maintaining secure and efficient identity governance and management within the Senate's operations. Interested vendors should direct their submissions to Charles Blalock at charlesblalock@saa.senate.gov by the specified deadline, with all proposals evaluated based on Lowest Price Technically Acceptable criteria.
    Sources Sought for Firing Range
    Buyer not available
    The Department of Homeland Security, through the United States Secret Service (USSS), is seeking information from vendors regarding the acquisition of a firearms range facility located within a 50-mile radius of its headquarters in Washington, D.C. The facility is intended for firearms certification and training for USSS personnel and must include specific features such as multiple shooting lanes, classrooms, and a two-floor shoot house, while also supporting various firearms calibers and adhering to safety regulations. This Request for Information (RFI) serves as a market research effort to assess industry capabilities and does not constitute a binding contract; responses are due by February 28, 2025. Interested parties can contact Matthew Sutton at matthew.sutton@usss.dhs.gov or by phone at 910-660-3492 for further details.
    Request for Information: Vehicle Production
    Buyer not available
    The U.S. Secret Service (USSS) is seeking information regarding the production of passenger vehicles, specifically focusing on high payload capacity SUVs. This Request for Information (RFI) aims to assess the availability of commercially available vehicles or those that can be produced within five years, with an emphasis on 4-wheel drive capabilities and compliance with Federal Motor Vehicle Safety Standards (FMVSS). The information gathered will inform future procurement strategies, as the USSS is particularly interested in specifications such as gross vehicle weight rating, passenger capacity, and automotive performance, targeting a payload of 4,400 pounds. Interested vendors must submit their unclassified responses by February 28, 2025, to the designated contacts, Melissa Chabot and Jade Gaston, at the provided email addresses.
    Request for Information - Glazier Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), has issued a Request for Information (RFI) for Glazier Services aimed at establishing a five-year Blanket Purchase Agreement (BPA) for the installation and removal of ballistic armor across the United States and its territories. The RFI seeks to gather information regarding contractors' capabilities to manage large glass panels and their experience in security operations, emphasizing the need for trained personnel who can adhere to strict security protocols and coordinate logistics with local labor unions. This initiative is crucial for enhancing the safety of designated protectees through advanced ballistic countermeasures, reflecting the agency's commitment to informed procurement processes. Interested parties must submit unclassified responses detailing their technical capabilities and qualifications by February 25, 2025, and can reach out to Taylor Haire or Jade Gaston via email for further inquiries.
    Intent to Sole Source SEER Software
    Buyer not available
    The Library of Congress intends to execute a sole source contract for SEER Software licenses and related services, specifically with Galorath Incorporated. This procurement is justified due to the unique capabilities required for the Library's IT architecture, as the SEER software is integral to maintaining its standardized technology framework and operational efficiency. The contract will encompass software licenses, technical support, training workshops, installation assistance, maintenance, and remediation of software vulnerabilities, ensuring the Library's IT needs are met while fostering future competitive bidding opportunities. For further inquiries, interested parties may contact Charles Hertenstein at chertenstein@loc.gov.
    DA10--Notice of Intent to Solicit and Award Sole Source Contract for PolyAnalyst Maintenance and Support Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to solicit and award a sole-source contract for the maintenance and support renewal of PolyAnalyst software, which is crucial for the National Center for Patient Safety (NCPS). This contract will cover a 12-month base period with four optional extensions, ensuring the continuity of essential software services that enable advanced data mining and analytics for patient safety reporting. PolyAnalyst is a proprietary tool that provides unique capabilities in text and data analytics, vital for generating reports and fulfilling information requests, with no equivalent alternatives available in the market. Interested parties can contact Contract Specialist Samuel Martinez Rodriguez at Samuel.Martinez.Rodriguez@va.gov or by phone at 848-377-5358 for further details.
    Protective Services Officer
    Buyer not available
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.