Software Maintenance
ID: D-25-DR-0026-0001Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATION

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE SUPPORT SERVICES, NON-HPC (LABOR) (DB02)
Timeline
    Description

    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to procure software maintenance services for its Diversion Control's Registrant Support Network. This acquisition is intended to support the ongoing operation of web-based data entry forms related to DEA regulations and will be awarded on a sole source basis to Infocap Networks, LLC, as they are the only registered Kofax reseller for the DEA, which is critical for maintaining compliance with federal acquisition regulations. The estimated value of this procurement falls between $10,000 and $250,000, and interested parties are invited to submit their capability statements to Ms. Angel Barkley at angel.d.barkley@dea.gov by June 9, 2025, at 9:00 a.m. EST for consideration.

    Point(s) of Contact
    Ms. Angel Barkley
    angel.d.barkley@dea.gov
    Files
    Title
    Posted
    This Sole Source Documentation outlines the justification for a sole source acquisition of software maintenance essential for operating web-based data entry forms related to DEA regulations. The procurement, valued between $10,000 and $250,000, involves using Kofax software, which requires maintenance from Tungsten, DRT's exclusive service provider for Kofax. A market analysis through NASA SEWP indicated limited competition, as Infocap is the only registered Kofax reseller for the DEA, further affirming that Kofax's structured licensing restricts access to required services. The Contracting Officer concludes that only one source can fulfill the government's needs, thus supporting this sole source justification, which will be publicly posted as required for orders exceeding $25,000. Overall, this document emphasizes the necessity of compliance within federal acquisition regulations while demonstrating the limited options due to exclusive supplier arrangements.
    Lifecycle
    Title
    Type
    Software Maintenance
    Currently viewing
    Special Notice
    Similar Opportunities
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    DW USC C DocuWare Update/Support Contract
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed price contract to DocuWare Corporation for a one-year license and annual maintenance and software support services for its document management system. This procurement is essential for the Department of Transfusion Medicine (DTM) to effectively manage patient and donor medical records, leveraging DocuWare's capabilities for document digitization and workflow automation. The contract, valued at approximately $25,151.16, is justified as a sole-source acquisition due to the unique requirements of DTM and the significant costs associated with migrating to an alternative system. Interested parties may submit capability statements by December 14, 2025, to Valerie Gregorio at valerie.gregorio@nih.gov for consideration.
    KNIME Data Science Platform Renewal
    Buyer not available
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Buyer not available
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.
    Casecracker Onyx Software
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.
    Advanced Robotic Vehicles
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking information on advanced robotic vehicles intended for high-risk law enforcement applications. The procurement aims to identify products and technologies capable of operating in challenging environments, such as barricades, hazardous warrant executions, explosive ordinance disposal, and search and rescue missions. These robotic systems are crucial for enhancing safety and operational efficiency in law enforcement scenarios, requiring capabilities like mobility across diverse terrains, modular payloads, and robust control systems. Interested vendors must submit their responses electronically via SAM.gov within 15 days of the RFI's posting to the primary contact, Ryan F. Burke, at ryan.f.burke@dea.gov, or the secondary contact, Michael Eyes, at michael.s.eyes@dea.gov. This RFI is for planning purposes only and does not guarantee future procurement commitments.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Notice of Intent to Sole Source – Agilent Technologies
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Agilent Technologies for a Software Maintenance Agreement related to the existing Agilent OpenLab/ECM data system. This acquisition aims to ensure continued support and maintenance of proprietary software that is critical for the NIH's Clinical Center's operations, including software license upgrades and dedicated technical support. The contract will be awarded on a firm fixed price basis, with a total quantity of two software maintenance agreements for a one-year renewal period. Interested parties may express their interest and capabilities to the NIH's Office of Purchasing and Contracts, with comments due by December 12, 2025, at 12 PM EST, directed to Kristin Nagashima at kristin.nagashima@nih.gov.
    RxNT and Electronic Prescribing of Controlled Substance (EPMCS) Subscription - Justification and Approval (J&A)
    Buyer not available
    The Department of State is seeking to justify the continued sole-source procurement of RxNT's Electronic Prescribing of Medications, including Controlled Substance (EPMCS) Subscription Services, through a Justification and Approval (J&A) notice. This procurement is essential for the Bureau of Medical Services (MED), which relies on RxNT's unique qualifications and proprietary system that supports over 300 providers globally, ensuring critical 24/7 application support for 20,000 Foreign Service Officers and their families. Transitioning to a different provider would result in significant service disruptions, as RxNT's system offers integrated cross-credentialing and global prescription capabilities that are unmatched by competitors. For further inquiries, interested parties may contact Robin Guillie at guillierl@state.gov or Annie Harlow at harlowal@state.gov.