SonarQube Enterprise License and Maintenance
ID: 2032L225Q00001Type: Presolicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICEIT STRATEGY AND MODERNIZATIONGlenarden, MD, 20706, USA

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

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

    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to procure a SonarQube Enterprise License and maintenance services through a total small business set-aside contract. This procurement aims to secure brand name software licenses and associated maintenance services as outlined in the IRS Statement of Work. The software is crucial for application development and business operations within the IRS, ensuring efficient management of code quality and security. The solicitation (RFQ 2032L225Q00001) is expected to be released on or about July 25, 2025, with a closing date around August 1, 2025. Interested vendors should monitor the NASA SEWP site for updates and can direct inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.

    Point(s) of Contact
    Christopher Monosiet
    christopher.monosiet@irs.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Social Media Management Tool Sole Source Justification
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to justify a sole source procurement for a Social Media Management Tool due to unusual and compelling urgency. This procurement falls under the category of IT and Telecom, specifically focusing on business application/application development software as a service. The tool is essential for managing the IRS's social media presence effectively, which is increasingly important for communication and engagement with the public. Interested parties can reach out to Joleen R. Dedmon-Rinato at joleen.r.dedmon-rinato@irs.gov or by phone at 520-271-6922 for further details regarding this opportunity.
    Correspondence Production Service Printer Refresh
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information from small businesses regarding their capabilities to provide a printer refresh for the Correspondence Production Service (CPS) Branch. The project involves the acquisition of one Ricoh VC4000 high-speed continuous feed monochrome inkjet printer and four Ricoh Pro 8410 cut-sheet printers, along with associated services such as installation, configuration, testing, and training across three sites: Detroit, MI, Bloomington, IL, and Ogden, UT. This initiative is crucial for managing increased taxpayer correspondence efficiently, with a firm fixed price contract anticipated for a 12-month base period. Interested vendors must submit their responses, including a capabilities statement, by December 10, 2025, to Tonitta Jones at tonitta.l.jones@irs.gov.
    Brand name - Ricoh Programming Services Hardware and Software Maintenance services to enhance the Notice Delivery System’s (NDS) Tax Correspondence Delivery Tracking (TCDT2)
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to procure brand name Ricoh programming services for hardware and software maintenance to enhance the Notice Delivery System’s (NDS) Tax Correspondence Delivery Tracking (TCDT2). The objective of this procurement is to ensure the effective operation and administration of the NDS application, which is critical for the IRS's system-generated taxpayer mail production. This service is vital for maintaining the integrity and efficiency of IRS correspondence production services. Interested vendors can reach out to Vincent J. Hill at Vincent.J.Hill@irs.gov or by phone at 240-613-2098, or Tiffany Williams at tiffany.d.williams@irs.gov or 240-613-5039 for further details.
    CI-Medical
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    Inflation Reduction Act (IRA) Digitalization Transformation (DT) SupportEnergy Security PMO
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support services for the development and implementation of an Energy Security Program as mandated by the Inflation Reduction Act (IRA). This initiative aims to create an enterprise-wide solution to manage the administration, eligibility determination, tracking, reconciliation, and distribution of approximately 15 energy credits, with urgent requirements impacting the 2023 Filing Season. The selected contractor will play a crucial role in ensuring compliance with legislative mandates, with initial support needed by March 1, 2023. Interested parties can contact Shantice Wright at shantice.m.wright@irs.gov or (240) 613-2500 for further details.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    SOLE SOURCE – SOFTWARE LICENSES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    Communique Licenses Renewal and Associated Services
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.