Software License for the Comforte Secure Terminal Emulation Package for the USDA, AMS, Cotton & Tobacco Program
ID: 12639523P0088Type: Justification
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

PSC

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

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure a software license for the Comforte Secure Terminal Emulation Package for its Agricultural Marketing Service Cotton & Tobacco Program. This procurement involves an annual license fee for the proprietary CERS J6530 software, which is essential for accessing cotton classification data and is exclusively available from ComForte, Inc., the sole vendor capable of providing necessary support and updates. The total estimated cost for this license is $25,198.45, with a performance period running from January 1, 2023, to December 31, 2023. Interested parties can reach out to Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) Agricultural Marketing Service (AMS) Cotton and Tobacco Program is requesting a sole source justification to purchase an annual license fee for CERS J6530 software from ComForte, Inc. This procurement, estimated at $25,198.45, is deemed necessary because the J6530 application was custom-written by ComForte and is proprietary, making them the only vendor capable of providing support, maintenance, and updates. The software is critical for customers accessing cotton classification data. This justification aligns with FAR 13.106-1(b)(1) for simplified acquisitions, documenting the rationale for limiting competition due to the unique nature of the software.
    Similar Opportunities
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    Red Hat Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to procure brand-name maintenance support for Red Hat (RH) software to ensure continued operational effectiveness of its managed systems at the C5ISC facility in Kearneysville, West Virginia. This procurement is essential for obtaining technical support, security patch updates, and software release updates for existing RH software, which is critical for maintaining security compliance across the USCG's network and cloud computing environments. The estimated cost for this annual software maintenance is $371, and the USCG plans to award a Firm-Fixed Price delivery order through authorized RH resellers on the NASA Solutions for Enterprise-Wide Procurement (SEWP) V contract vehicle. Interested parties can contact Leslie D. Lee at leslie.d.lee2@uscg.mil or Michael McFadden at Michael.A.McFadden@uscg.mil for further information.
    AM Mapping and Frequency Search Program Software, Maintenance and Support
    Buyer not available
    The Federal Communications Commission (FCC) intends to award a sole source purchase order to V-Soft Communications for the AM-PRO 2 Software, which includes the AM Mapping and Frequency Search Program. This procurement aims to secure a one-year subscription with four option periods for 13 user licenses, under a Firm Fixed Price contract, with a performance period from March 16, 2023, to March 15, 2024. The software is critical for the FCC's operations in managing and analyzing AM radio frequencies, ensuring compliance and efficient communication services. Interested parties may direct any inquiries regarding this opportunity to Susan L. Nicholson at susan.nicholson@fcc.gov or by phone at 202-418-7202.
    Software Licensing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole-source contract to Allium US Holding LLC for software licensing related to Standards and Parts Management. This procurement aims to secure a web-based solution that provides 24/7 access to critical technical and engineering data, which is essential for the Coast Guard's operational requirements and timely decision-making. The estimated value of this contract is $235,100 for a 12-month subscription, and interested parties may direct inquiries to Contracting Officer Joshua Richardson at joshua.c.richardson2@uscg.mil. Responses to this notice must demonstrate the potential benefits of competition, although this is not a request for proposals.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    F5 Renewal Software and Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Buyer not available
    The United States Department of Agriculture (USDA), through the Animal Plant Health Inspection Service (APHIS), is seeking qualified manufacturers to supply plastic tamper evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for cattle. The procurement aims to secure a reliable source of these tags, which are essential for the official identification of cattle across the nation, ensuring compliance with animal traceability programs. Interested manufacturers must be USDA-approved producers of low frequency 840 tags and applicators, with the expectation of a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated for a five-year period. Interested vendors should express their interest by emailing Jason L. Wilking at Jason.L.Wilking@usda.gov, providing details about their manufacturing capabilities and production capacity.
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Buyer not available
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services for the NRCS's ongoing software delivery activities, which are critical to the mission of the Farm Production and Conservation (FPAC) mission. The bridge contract will be awarded to Alethix LLC under their GSA Schedule, covering a 6-week base period from January 17, 2023, to February 28, 2023, and will replace the expiring services of the current contract. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or by phone at 970-295-5694 for further information.
    SCADA Aveva Edge software
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Buyer not available
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services during the transition to a new competitively awarded contract, specifically for the Olympia Agile Release Train. The bridge contract, valued as a firm fixed-price task order, will be executed with TSPi for a base period of six weeks, from January 17, 2023, to February 27, 2023, replacing the expiring services under call order 12314421F0779. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or call 970-295-5694 for further details.