Automated Kiosk Software Maintenance
ID: FA301625Q0002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the maintenance of automated kiosk software used at Visitor Control Centers (VCCs) across Joint Base San Antonio-Randolph in Texas. The contract will cover software maintenance for five automated kiosks, including support tasks such as cloud queue management, messaging, and live online helpdesk support, with the selected vendor being Frontier Vision Technologies, Inc. (DBA Evogence), the original manufacturer and developer of the proprietary software. This maintenance is crucial for ensuring efficient visitor check-in and management, thereby enhancing base access and reducing wait times. Interested parties may submit capability statements to the primary contact, Cathy Hardy, at catherine.hardy@us.af.mil, by 12:30 PM CST on October 23, 2024, for consideration in determining whether a competitive procurement will be pursued.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a Single Source Justification for the continued maintenance of the automated kiosks used by the 502d Security Forces Group at various Visitor Control Centers (VCCs). These kiosks facilitate efficient visitor check-in and management, enhancing base access for visitors while reducing wait times. The justification emphasizes that the kiosks were originally acquired from Frontier Vision Technologies (Evogence), which also owns the proprietary software necessary for their operation. As no other company possesses the requisite rights to manage or service the kiosks, Evogence has been identified as the sole source for ongoing support and warranty services. The document further notes efforts made to ensure future competitions, indicating an ongoing assessment of market capabilities to ensure value for the government. Ultimately, the document's purpose is to affirm the necessity of retaining services from Evogence for continued kiosk functionality and support in compliance with procurement regulations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    CCTV MAINTENANCE AND SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for CCTV maintenance and services to INTER-PACIFIC, INC. This procurement is aimed at fulfilling the agency's requirements for the installation and repair of security systems, which are critical for maintaining operational integrity and safety. The contract will be executed under Simplified Acquisition Procedures, with a total business size threshold of $25 million, and is expected to be effective from September 30, 2024, to September 29, 2025. Interested parties may submit capability statements to Rebeca Ruji at rebeca.ruji.tz@us.af.mil by September 26, 2024, for consideration of potential competition, although the final decision on competitive procurement rests solely with the government.
    DET 23 Brelyon Monitors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Installation Contracting Center, intends to award a sole source contract to Brelyon Inc. for the procurement of two Brelyon Ultra Reality monitors. The primary objective of this acquisition is to assess and alleviate virtual reality sickness among Technical Training students by utilizing these 3D displays, which are designed to minimize peripheral obstruction and enhance the training experience. This initiative aligns with the Air Force's commitment to optimizing training environments while addressing health-related challenges, with the assessment scheduled to take place from November 1, 2024, to May 31, 2025. Interested parties must submit their intent and capabilities to Kevin Harris at kevin.harris.58@us.af.mil by 12:00 PM CDT on October 18, 2024, to be considered for this opportunity.
    Tangible Security ProVisioner (ProV) Subscription
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 for further details.
    VX Works Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotes for the acquisition of Wind River VxWorks Software through a combined synopsis/solicitation. This procurement includes essential items such as the VxWorks Cert Platform, multiple OEM licenses, and the ARINC 653 Development License, all of which are critical for maintaining the operational capabilities of Air Force platforms. Vendors must ensure delivery within 7 days after receipt of order and comply with federal contracting standards, with quotations due by October 22, 2024. Interested vendors should contact Janee Nesbit or Anthony Dollard via email for further details and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    J065--Equipment - PM&R Clinical - Pyxis | Carefusion | 595-25-1-082-0001
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Carefusion Solutions LLC for preventive maintenance services on CareFusion Pyxis automated medication dispensing equipment at the Lebanon VA Medical Center. The contract will cover a base period of one year, from November 1, 2024, to October 31, 2025, with the option to extend for four additional one-year periods through October 31, 2029. This maintenance is crucial for ensuring the equipment operates according to manufacturer standards, with responsibilities including scheduled maintenance, emergency repairs, and timely reporting to Biomedical Engineering. Interested vendors must submit capability statements by October 22, 2024, to the Contract Specialist, Haley Snyder, at haley.snyder@va.gov, with the procurement estimated under NAICS code 513210, which has a standard size of $47 million.
    Army Vantage, Sole Source, Follow-on, PEO EIS ARDAP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor for a sole source follow-on contract related to Army Vantage, aimed at providing continued product support. The primary objective is to deliver a tailorable data integration solution that can effectively integrate, analyze, and visualize information from various disparate data sources, ensuring that data is accessible for both the contractor's tools and the Government's third-party platforms. This solution is crucial for enabling operational workflows and applications, as it must handle current, future, and historical datasets while also performing predictive analytics and forecasting. Interested parties can reach out to Babette Murphy at babette.r.murphy.civ@army.mil or Maria Vital-Smith at maria.c.vital-smith.civ@army.mil for further details, as the Government is not soliciting proposals for this opportunity.
    Sources Sought Notice (SSN) with intent to sole source for MESOSCALE DEFENSE SECTOR PR2 MODEL 1800 SERVICE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a Sources Sought Notice regarding a sole-source contract for extended warranty services on the Mesoscale Defense Sector PR2 Model 1800 systems. The primary objective is to ensure operational readiness for laboratory analyzers used in training programs that certify personnel from various military branches, with the contract spanning 12 months and options for two additional years. This service is critical for maintaining the functionality of essential medical training equipment at the U.S. Army Medical Center of Excellence in Fort Sam Houston, Texas. Interested parties are encouraged to submit their company information and relevant experience to Walter L. Williams at walter.l.williams24.civ@army.mil or Jared Kiser at jared.l.kiser.civ@army.mil by the specified deadline, as responses will help shape the requirements and potentially foster competition among small businesses.
    R612--Krames On-Demand Database Services for the VA Coatesville Healthcare System (VACHS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source Firm-Fixed-Price Contract to The Staywell Co, LLC for the provision of Krames On-Demand Database Services at the VA Coatesville Healthcare System (VACHS). This contract aims to enhance patient education through a clinician-facing print-on-demand system that has been in use since 2015, offering over 4,400 health education materials in English and Spanish, which can be customized for individual patients. The integration of Krames On-Demand with the Computerized Patient Record System (CPRS) facilitates easy access for clinicians to provide educational materials during patient visits. Interested parties may submit their capability information by 3:00 PM EST on October 22, 2024, to Contract Specialist Jami Cade at Jami.Cade@va.gov, as this notice is not a request for competitive quotations.
    Maintenance, Repair, and Overhaul (MRO) and MRO-Supply (MRO-S) Justification & Approval (J&A)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the Maintenance, Repair, and Overhaul (MRO) and MRO-Supply (MRO-S) Justification & Approval (J&A) project at Wright Patterson AFB in Ohio. The procurement aims to configure and integrate key Oracle E-Business Suite modules to enhance the Department's capabilities in managing depot maintenance, manufacturing, and financial reporting, while also transitioning from outdated legacy systems to a more streamlined operational framework. This sole source contract is justified under FAR 6.302-1 due to the specialized nature of the services required, and interested parties must respond within 15 days of the publication date to demonstrate their capability to fulfill the requirements. For inquiries, contact Gene Eastman at gene.eastman.2@us.af.mil or Deshaun Dilworth at deshaun.dilworth@us.af.mil.
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.