Qdabra Forms Viewer License
ID: HT942525Q0069Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to procure a license for the Qdabra FormsViewer software. This software is essential for supporting Microsoft form creation in SharePoint, particularly as Microsoft plans to discontinue support for InfoPath in 2026, which would affect over one hundred critical forms currently in use. The procurement aims to ensure mission continuity and avoid significant costs associated with transitioning to alternative solutions. Interested vendors should note that the solicitation number is HT942525Q0069, and proposals must adhere to specified Minimum Essential Characteristics while being submitted by the designated deadlines. For further inquiries, potential bidders can contact Keith Crum at keith.c.crum.civ@health.mil or Sharew Hailu at sharew.hailu.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government solicitation for the acquisition of a Brand Name - Qdabra FormsViewer License, intended for use by the U.S. Army Medical Research Acquisition Activity. The contract, identified by solicitation number HT942525Q0069, seeks an annual renewal license for one year, with options for subsequent years, ensuring compatibility with modern SharePoint versions and uninterrupted operations. Evaluation criteria include technical approach, past performance, and pricing, with a focus on the Lowest Price Technically Acceptable (LPTA) basis. The requirement stipulates that proposals must conform to specified Minimum Essential Characteristics (MEC) while emphasizing prompt communication with the contracting officer for any clarifications. The document also contains specific clauses regarding compliance, company certifications, and definitions relevant to small businesses and minority-owned enterprises. It underlines the significant administrative requirements for bidders, including formal submittals with separate price and non-price proposals by the stipulated deadlines. Ensuring compliance with governmental regulations regarding telecommunications, labor standards, and small business categories is crucial for successful contract bidding. This solicitation exemplifies the structured approach of government procurement processes and the importance placed on transparent and competitive bidding.
    The document outlines a justification for using a single source, Autonomy Systems LLC, for the procurement of Qdabra FormsViewer software due to its unique position as the owner of the software rights, amid multiple licensed resellers. The request emphasizes urgency as Microsoft is discontinuing support for InfoPath, which will render over one hundred critical forms nonfunctional. Transitioning to an alternative solution would incur prohibitive costs in development and training. The use of Qdabra is viewed as a cost-effective and immediate option that ensures mission continuity, as interruptions would adversely affect operational timelines. The justification maintains compliance with FAR regulations, affirming that competition remains viable through brand-name competitive requirements and a determination that anticipated costs will be fair and reasonable. The contracting officer certifies the accuracy and completeness of the justification and supporting data.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DOCUMENTUM D2, HRC, FORT KNOX, KY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking procurement for Documentum and Documentum D2-Plus Pack perpetual software licenses to support the Army Recruiting Information Support System (ARISS) at Fort Knox, Kentucky. This software is crucial for forms processing within the Army's Accessioning Mission and operates on the Recruiting Services Network (RSN). The justification for this procurement has been redacted and is posted as required, emphasizing the importance of these licenses in facilitating recruitment operations. Interested parties can reach out to JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil or by phone at 502-624-3513 for further details.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    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.
    MicroFocus Fortify Software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense (DoD) is issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary (UF) as part of a Blanket Purchase Agreement (BPA) and Additional Discount Program (ADP) for Military Treatment Facilities (MTFs) and TRICARE pharmacies. This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the clinical and cost-effectiveness of drugs, which will be evaluated by the Pharmacy and Therapeutics (P&T) Committee. Key drugs under consideration include newly approved agents for lung cancer, antihypertensive agents, oncological agents, diuretics, antilipidemics, and targeted immunomodulatory biologics, with quotes due by January 5, 2026, for a committee meeting scheduled for February 4-5, 2026. Interested manufacturers should contact Tracy Banks or Julia Trang via email for further details and ensure compliance with submission requirements outlined in the RFQ document HT9402-26-Q-9103.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Leankor PM Software - Redacted EFO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure program management software known as Leankor PM Software to support the PEO Combat Support & Combat Service Support (PEO CS&CSS). This software is intended for tracking and reporting on contract actions, with capabilities to create dashboards for contract information and personnel systems. The procurement is justified under FAR 16.505(a)(4) for items peculiar to one manufacturer, and the contract has been awarded to Carahsoft Technology Corp. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681 for further inquiries.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.