FMCS-Arbitration System
ID: 93310024Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

FEDERAL MEDIATION AND CONCILIATION SERVICEFEDERAL MEDIATION AND CONCILIATION SERVICEFMCSWASHINGTON, DC, 20427, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR) (DH01)
Timeline
    Description

    The Federal Mediation and Conciliation Service (FMCS) is seeking to award a firm fixed-price purchase order for maintenance and support of its Arbitration System, specifically through a sole-source contract with i3Solutions, Inc. This procurement aims to ensure the continued operation and upgrades of the Arbitration System, which has been exclusively supported by i3Solutions since its development in 2012, thereby minimizing training costs associated with transitioning to a new contractor. The total projected cost for this service is $99,480.00, covering the performance period from September 30, 2024, to September 29, 2025. Interested parties can reach out to Bronson E. Madero at bmadero@fmcs.gov for further inquiries.

    Point(s) of Contact
    Bronson E Madero
    bmadero@fmcs.gov
    Files
    Title
    Posted
    The procurement request from the Federal Mediation and Conciliation Service (FMCS) seeks to secure maintenance and support for the FMCS Arbitration System from i3solutions, Inc. The total cost for this service is projected at $99,480.00, covering a performance period from September 30, 2024, to September 29, 2025. The request was submitted by IT Specialist Paula Shank and has received budget and finance approval. It underscores the importance of continued support following the successful completion of a previous contract, facilitating the effective operation of the arbitration system. The document specifies submission details and emphasizes the requirement for timely delivery, reflecting procedural adherence in the procurement process. This request illustrates the government's commitment to maintaining efficient dispute resolution infrastructure through strategic vendor partnerships.
    The Federal Mediation and Conciliation Service (FMCS) seeks to contract maintenance and upgrades for its Arbitration System with i3Solutions through a sole-source contract. This decision is justified under 41 U.S.C. 1901, as i3Solutions has been the exclusive provider of system support since 2012 when they developed the Arbitration System. They possess the necessary expertise, having intimate knowledge of FMCS systems, which prevents significant costs associated with training a new contractor. Although FMCS aims to keep competition open, no other contractors have expressed interest, and i3Solutions’ costs are considered fair based on their current contract's escalation rate. The FMCS Contracting Officer certifies the accuracy of this justification and indicates intentions for further market research to explore potential future competition options. This document demonstrates the agency's commitment to fiscal responsibility and efficient procurement processes while ensuring continuous system support.
    Lifecycle
    Title
    Type
    FMCS-Arbitration System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Subscription to Seaweb, Movements and Ports Modules
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source a subscription to the Seaweb, Movements and Ports Modules from IHS Global Inc., located in Englewood, Colorado. The procurement aims to increase the annual subscription from a single user to a range of 2-5 users under an existing Purchase Order, with an estimated increase in cost of $76,414. This subscription is crucial for accessing vital maritime data and analytics, which support the Commission's regulatory and oversight functions. A solicitation will not be issued for this opportunity, and interested parties may direct inquiries to the Federal Maritime Commission for further information.
    PORT PERFORMANCE SUBSCRIPTION
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source a subscription for Port Performance services from S&P Global, a leading provider in the industry. This procurement aims to secure essential subscription services that will support the Commission's operational needs in monitoring and analyzing port performance metrics. The anticipated period of performance for this contract is from September 29, 2024, to September 28, 2029, encompassing a base year and four one-year option periods. Interested parties can direct inquiries to Michelle Calhoun at mcalhoun@fmc.gov or by phone at 202-523-2901, as this opportunity is being pursued under the Federal Acquisition Regulations Subpart 13.5 for simplified procedures.
    Facility Management System (FMS) Administration and Data Management
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the administration and data management of its Facility Management System (FMS), utilizing the ARCHIBUS software. The contractor will be responsible for providing ongoing FMS support, ensuring compliance with federal reporting requirements, maintaining data integrity, and offering user training and technical assistance. This initiative is crucial for managing the FDA's facilities efficiently in response to increasing service demands and regulatory requirements, with the contract anticipated to span from March 24, 2025, to March 23, 2030. Interested parties must submit their responses, including a Vendor Feedback Form, to Nicholas Bisher and Kimberly Pennix by September 23, 2024, at 2:00 PM EST, as this is a Sources Sought Notice and not a solicitation for proposals.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Notice of Intent -Brand Name Gartner Inc.
    Active
    Education, Department Of
    The Department of Education's Federal Student Aid (FSA) is seeking to award a Sole Source fixed-price Task Order to Gartner, Inc. for the provision of subscriptions and licenses essential for IT analysis and consulting services. This procurement aims to ensure continuous access to critical IT research and resources that support FSA's significant IT projects, valued at approximately $732 million, and is justified under FAR 16.5 due to Gartner's unique capabilities. The contract period is set from September 30, 2024, to September 29, 2025, with an option for an additional year, and interested parties must submit evidence of their capability to provide similar services by September 20, 2024, to Alicia Butler at alicia.butler@ed.gov. The estimated cost for the base year is $454,613, with a total potential value of $918,003 for the option year.
    Intent to Sole Source - FactSet
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Fiscal Service intends to award a sole source contract to FactSet Research Systems Inc. for a data subscription that supports the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). The primary objective of this procurement is to obtain comprehensive data on trade credit networks and supply chains to analyze the propagation of financial shocks and interconnectedness among firms, particularly during banking crises. This data is crucial for understanding how financial distress can spread through trade credit chains, which is essential for effective economic analysis. Interested contractors must submit their qualifications and capability statements electronically by September 25, 2024, to purchasing@fiscal.treasury.gov, as the contract is expected to exceed the simplified acquisition threshold and will have a duration of one twelve-month base period with four optional extensions.
    Notice of Intent to Award Sole Source - Federal Interagency Council for Outdoor Recreation
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole-source firm-fixed price contract to Ross Strategic for support of the Federal Interagency Council for Outdoor Recreation (FICOR). The contract aims to leverage Ross Strategic's unique qualifications and extensive experience in facilitating FICOR's objectives, as they have been the sole contractor for this work since FICOR's inception. This opportunity is critical for ensuring ongoing coordination and effective implementation of FICOR's initiatives among federal agencies. Interested parties must submit their technical capabilities to Sherreda Brown at sherreda.brown@usda.gov by September 24, 2024, at 11:00 am EDT, as this notice serves as a market research tool rather than a formal solicitation.
    FIRE CONTROL COMPUTER III (FCCIII)
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - New Jersey, intends to solicit and award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Fire Control Computer III (FCCIII) to DRS Network & Imaging Systems, LLC, located in Melbourne, Florida. This procurement aims to address the substantial duplication of costs and unacceptable delays to the Government, as outlined in the Justification & Approval (J&A) documentation, which cites the authority under Title 10 U.S.C. Section 3204(a)(4) and FAR Part 6.302-1(a)(2)(ii)(A) and (B). The FCCIII is critical for enhancing fire control capabilities within the Army, ensuring operational efficiency and effectiveness. Interested parties may direct inquiries to Mr. Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil or Ms. Klaudia Grabias at klaudia.a.grabias.civ@army.mil, with the solicitation anticipated to be released in FY2025.
    CORHQ-24-Q-0440 Service Now
    Active
    Federal Deposit Insurance Corporation
    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for the procurement of various ServiceNow products and associated professional services under solicitation number CORHQ-24-Q-0440. The primary objective is to enhance the FDIC's IT operations, workplace services, and risk management through a suite of software solutions, including customer service management and IT service management, with a contract period of one year and potential extensions up to seven years. This procurement is crucial for streamlining operations and improving efficiency within the FDIC, and vendors are required to submit their proposals by 1:00 PM EST on September 25, 2024, with inquiries directed to Ellisha Smith at ellismith@fdic.gov or by phone at 571-212-4449.