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
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the Automated Tool Inventory Control Tracking System (ATICTS) software through a combined synopsis/solicitation. The procurement aims to renew an annual subscription for the ATICTS and D3 multi-value database software, which is critical for managing tools used in the repair and overhaul of Coast Guard aircraft, ensuring operational efficiency. The contract will be awarded on a sole source basis to Data Enterprises of the Northwest, Inc., with a total estimated value of $135,490 for 34 users over a five-year period, including one base year and four option years. 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
    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.
    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.
    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.
    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.
    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
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    IdeaScale - ideation software solution on a cloud computing platform
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the IdeaScale ideation software solution, which operates on a cloud computing platform, to support the CG-926 Innovation Program. This procurement is justified under FAR 8.405-6(b)(1) as IdeaScale is the only ideation software approved for use by the Department of Homeland Security (DHS) that complies with FedRAMP and other federal security directives. The software's compliance with the Federal Risk and Authorization Management Program (FedRAMP) and the National Institute of Standards and Technology (NIST) security requirements is crucial for its deployment in federal cloud environments. Interested parties can reach out to Katherine K. West at katherine.k.west@uscg.mil or by phone at 202-475-3241 for further details regarding this opportunity.
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Veritas Hardware and Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division in Alexandria, is seeking to procure brand name Veritas NetBackup and Data Loss Prevention Network licensed hardware and software maintenance support, along with new NetBackup Platform Base licenses for its enterprise-wide datacenter systems. This procurement is essential for ensuring continued access to software upgrades, updates, security patches, and technical support, as it falls under the brand name exception to fair opportunity per FAR 16.505(a)(4)(i), which restricts items to a specific manufacturer. Interested parties can reach out to Contract Specialist Ebone Newbon at ebone.m.newbon@uscg.mil or by phone at 703-313-4172, or to Leslie D. Lee at leslie.d.lee2@uscg.mil or 703-313-5716 for further details. The opportunity is crucial for maintaining the operational integrity of the Coast Guard's IT infrastructure.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    Red Hat Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    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.
    USCG Cloud Computing (Sole Source)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor support for a sole source contract focused on cloud computing services. The primary objective is to integrate, sustain, and develop the Coast Guard Intelligence Enterprise (CGIE), which includes the Intelligence Data Service and Cloud Support Services for the U.S. Coast Guard's Intelligence Coordination Center and the Intelligence Information Systems Processing Center (I2SPC). This initiative is crucial for maintaining a central repository of data and enhancing the overall system infrastructure and data management capabilities. Interested parties can reach out to Nakia G. Shaw at nakia.g.shaw@uscg.mil or Joshua Raheem at joshua.raheem@uscg.mil for further details, noting that this contract is not set aside for small businesses and is expected to last for six months.