ATICTS Software
ID: 70Z03825QM0000005Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the ATICTS Software through a combined synopsis/solicitation process. This procurement involves a firm fixed price contract for the renewal of subscriptions to the Automated Tool Inventory Control Tracking System (ATICTS) and D3 multi-value database software, which are critical for managing tools used in the repair and overhaul of Coast Guard aircraft. The contract will be awarded on a sole source basis to Data Enterprises of the Northwest, Inc., covering a one-year base period with four optional one-year extensions, with an estimated total value of $135,490 for 34 users from October 1, 2025, to September 30, 2030. Interested vendors must submit their quotations by April 17, 2025, to Denise Davis at Denise.D.Davis@uscg.mil, referencing solicitation number 70Z03825QM0000005.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 1:05 PM UTC
The document outlines a solicitation (RFQ No. 70Z03825QM0000005) issued by the United States Coast Guard for ATICTS software, prepared per Federal Acquisition Regulation (FAR) guidelines. It is an unrestricted requirement with the overall contract for firm fixed price to be awarded on a sole source basis to Data Enterprises of the Northwest, Inc., for a one-year base period and four option years. The NAICS code for this acquisition is 513210, relating to software publishing, with a small business size standard of $47 million. Interested firms can submit capability statements or quotations by the deadline of April 17, 2025. The document includes multiple attachments detailing the schedule of services, terms and conditions, instructions to offerors, and justification for limited competition. Communication regarding the solicitation is specified to be conducted via email only, with explicit instructions provided to potential vendors.
Apr 15, 2025, 1:05 PM UTC
The document outlines a schedule of services for the renewal of subscriptions to the ATICTS and ROCKET D3 systems over multiple fiscal years, detailing the price and duration for each renewal period. The base period covers one year from October 1, 2025, to September 30, 2026, with subsequent option periods extending yearly through September 30, 2030. Each line item specifies the quantity required, with 34 subscriptions needed for the ROCKET D3 service and 1 for the ATICTS service annually. Vendors are instructed to fill in specific pricing information and may include any additional charges, fees, or discount opportunities. The primary intention of the document is to solicit bids and facilitate the renewal process for these technology subscriptions as part of a federal procurement initiative. Clear communication with a designated contact, Denise Davis, is encouraged for any queries. Overall, the document supports government efforts to maintain essential technological services while adhering to procurement protocols.
Apr 8, 2025, 7:08 PM UTC
This document outlines the schedule of services for a subscription renewal contract involving the ATICTS and ROCKET D3 systems, spanning five years from October 1, 2025, to September 30, 2030. It consists of a base period and four optional periods. Each subscription renewal is estimated for 34 months, though the unit price and estimated amounts are currently marked as $0.00. The file specifies instructions for completing pricing calculations, urging respondents to indicate any additional charges, fees, or discounts they may offer. The document also notes that questions should be directed to a specified contact within the U.S. Coast Guard. This structure indicates a federal request for proposals (RFP), aimed at securing continuous service for critical IT systems, while also leaving open the options for future program extensions. It serves both as a planning framework and a solicitation for competitive pricing from vendors.
Apr 15, 2025, 1:05 PM UTC
The document establishes terms and conditions for the ACTICTS Software contract, emphasizing adherence to the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It points out that acceptance of the order implies acceptance of these terms, which supersede all previous conditions. Important clauses address compliance requirements regarding whistleblower rights, prohibitions against using specific hardware or software (notably from Kaspersky Lab and certain telecommunications providers), and invoicing instructions for payment processes. Contractors are required to maintain an active status in the System for Award Management (SAM) and follow detailed protocols for invoicing and incident reporting if prohibited items are discovered. It also stresses sustainable practices in procurement, outlining definitions of sustainable products and services, and the compliance obligations for contractors. The document is structured in a way that integrates essential clauses and reiterates flow-down requirements for compliance in subcontracts. Overall, it serves to inform contractors of obligations and conditions that govern their partnership with the federal government, promoting transparency and compliance in federal contracting processes.
Apr 15, 2025, 1:05 PM UTC
The document outlines the Instructions to Offerors for ATICTS Software under solicitation number 70Z03825QM0000005. It provides comprehensive guidelines for bidders, emphasizing compliance with Federal Acquisition Regulation (FAR) provisions, particularly regarding representations and certifications related to telecommunications and responsible contracting. Offerors are required to specify whether they provide or use "covered telecommunications equipment or services," which are prohibited under certain legal statutes. Additionally, it mandates a pricing structure for bids to remain valid for 120 days and requires completion of specific forms associated with the offer. Evaluation for contract awards is designated for sole sourcing to Data Enterprises of the Northwest, Inc., based on determining abilities and reasonable pricing. The document also includes details about various business classifications, compliance with affirmative action, and certifications concerning child labor and environmental responsibility. Overall, it serves as a critical framework for ensuring that contracting processes align with government regulations while promoting fairness and accountability in procurement.
The U.S. Coast Guard seeks justification for a purchase under simplified acquisition procedures, specifically for the renewal of an annual subscription to the Automated Tool Inventory Control Tracking System (ATICTS) and D3 multi-value database software. The estimated total value of this procurement is $135,490 for 34 users, covering the period from October 1, 2025, to September 30, 2030, with options for extension. The justification for selecting Data Enterprises of the Northwest, Inc. as the sole source stems from its proprietary rights over the ATICTS software, which is critical for tracking tools used in the repair and overhaul of Coast Guard aircraft. The document highlights that alternatives cannot meet the government’s needs without incurring additional costs or restructuring the existing system. Further, ATICTS is classified as Commercial Off The Shelf (COTS) software, and support is exclusive to Data Enterprises. This procurement aims to ensure continuity in tool management and maintenance, emphasizing the necessity of proprietary technology in operational efficiency for the Coast Guard. The contracting officer will determine a fair price based on prior purchases and available market research.
Lifecycle
Title
Type
ATICTS Software
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Software Sustainment Support
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to provide software sustainment support for the HC-144 aircraft. The procurement requires vendors to demonstrate over 15 years of experience in software support, including expertise in graphic user interface (GUI) development and hardware/software integration. This opportunity is crucial for maintaining operational readiness and efficiency of the HC-144, which plays a vital role in the Coast Guard's missions. Interested parties should respond via email to Twana Ballard at twana.t.ballard@uscg.mil, providing detailed information about their organization and relevant experience, as well as any existing government contracts that may apply, by the specified deadline.
Procurement of Various Items
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various aircraft parts and auxiliary equipment under solicitation number 70Z03825RJ0000003. This opportunity involves a sole source contract for new manufactured items from the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, with a focus on ensuring all parts meet Federal Aviation Administration (FAA) safety standards and have clear traceability. The contract is anticipated to be an Indefinite Delivery Requirements type with a base period of one year and two optional one-year periods, totaling a maximum of three years. Interested vendors must submit their quotations by July 2, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Purchase of Automatic Flight Control System (AFCS) Control Panel
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure an Automatic Flight Control System (AFCS) Control Panel for the MH-60T aircraft through a sole-source contract with Sikorsky Aircraft Corporation. This procurement is critical for maintaining operational effectiveness and safety, as Sikorsky is the Original Equipment Manufacturer (OEM) and the only approved source for this component, ensuring compliance with Federal Aviation Administration (FAA) guidelines. The estimated contract value is approximately $6,794,596, covering a base period of one year with two optional renewal periods, and interested parties must submit their quotes by April 30, 2025, at 2:00 PM EST to Steven Levie at steven.a.levie@uscg.mil.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.
Repair of CNIS Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the quantity to four units within one year of the initial award. This procurement is critical for maintaining the operational readiness of aircraft components, as the CNIS Processors are essential for air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, with the anticipated award date around March 4, 2025. For further inquiries, vendors can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
Evaluation and Calibration of the Air Data Test Set (ADTS) Calibrator (ADC-2500V3)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the evaluation and calibration of the Air Data Test Set (ADTS) Calibrator (ADC-2500V3). The procurement aims to ensure that the calibrator meets acceptable performance levels and adheres to OEM specifications, with contractors required to maintain detailed records and provide certificates of calibration. This service is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, ensuring compliance with stringent quality and accountability standards. Interested vendors must submit their quotations by April 29, 2025, with the anticipated award date on or about May 2, 2025; inquiries can be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.
Repair of EGI Computers for the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for EGI Computers used in the HC-27J Aircraft. The procurement involves the repair of three specific parts, requiring compliance with Original Equipment Manufacturer (OEM) standards and FAA certification, with a focus on ensuring airworthiness and safety in aircraft maintenance. This opportunity is critical for maintaining operational readiness and safety standards within the Coast Guard's aviation fleet. Interested vendors must submit their quotations by April 30, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QW0000067.
Logic Unit and Antenna Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.