Actian Ingress and OpenROAD License Subscriptions
ID: H9224125SSN0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)AMSAM-SPKFORT EUSTIS, VA, 23604-5577, USA

NAICS

Software Publishers (513210)

PSC

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

    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Technology Application Program Office (TAPO) is conducting market research through a sources sought notice regarding the procurement of one-year subscriptions of Actian Ingress and OpenROAD software licenses (version 11.2 or higher). The aim is to identify potential vendors, particularly small businesses, capable of fulfilling this requirement for five Government computers. This effort is part of an evaluation to determine whether to proceed with a noncompetitive acquisition from Actian Corporation or to pursue a competitive bidding process. Interested vendors must submit a statement of interest by March 24, 2025, detailing their qualifications, capabilities in authorized resales of the specified software, and information about their business, including size designations. The notice emphasizes that responses are voluntary and will not lead to an immediate contract award. The NAICS Code tentatively assigned is 513210, with a Small Business Size Standard of $47 million. The submission must include details such as the vendor's name, affiliate information, establishment year, and DUNS number, ensuring adherence to required format and limitations. This notice serves to collect essential market data to inform the Government's acquisition strategy.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    Intelligence Support Services-Joint (ISSJ)-II Extension
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Intelligence Support Services-Joint (ISSJ)-II Extension, aimed at enhancing intelligence capabilities within the Department of Defense. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 541990, which encompasses all other professional, scientific, and technical services. The services provided will play a crucial role in supporting intelligence operations, ensuring that USSOCOM can effectively meet its mission requirements. Interested vendors should reach out to Alexia Yoo at alexia.d.yoo.civ@socom.mil or call 813-826-7236 for further details regarding the submission process and any deadlines.
    Barge Crane vessel Lifts
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM) and the SOCPAC contracting office, is seeking proposals for barge crane vessel lifts, specifically targeting service-disabled veteran-owned small businesses. The procurement includes scheduled initial and storage lifts, as well as optional unscheduled lifts, as outlined in the performance work statement (PWS). This initiative is crucial for fulfilling operational needs while promoting participation from veteran-owned businesses in government contracting. Interested parties should note that the solicitation, identified as H9228025R0003, is set to close on March 13, 2025, and may contact Lochlin Deeks at lochlin.h.deeks.mil@socom.mil or Brett Jacobs at brett.r.jacobs.mil@socom.mil for further information.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    USSOCOM Pickups and SUVs
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of specialized vehicles, specifically pickups and SUVs, for the United States Special Operations Command (USSOCOM). The procurement includes three vehicle types: the Toyota Tacoma TRD Pro, the Toyota Sequoia TRD Pro, and the Ford Super-Duty F450 XLT, with specific requirements for each vehicle's specifications, delivery schedules, and pricing structures. This initiative is crucial for ensuring that federal agencies have access to reliable and compliant vehicles that meet operational needs. Interested vendors must submit their quotations by March 17, 2025, and can contact John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586 for further details.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    SOLE SOURCE – Keysight Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting offers for a sole source service contract for the procurement of unique software licenses from Keysight/Riscure. This solicitation, categorized under Other Computer Related Services (NAICS 541519), emphasizes the acquisition of USB portable subscription licenses for software, with specific quantities and options for additional seats, all under brand-name procurement guidelines as mandated by the Federal Acquisition Regulation (FAR). The initiative aims to support women-owned small businesses while ensuring compliance with federal contracting standards, with detailed instructions regarding payment methods, delivery expectations, and reporting requirements. Interested vendors can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further inquiries regarding this opportunity.
    Austere Drivers Training
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking small business sources to provide Austere Driver Training Services, focusing on a 5-day 4x4 Mobility Training Program for non-standard tactical vehicles. The objective is to enhance operational readiness and survival skills for personnel in simulated deployment-like environments, with the contractor responsible for delivering qualified instructors, vehicles, and safety measures during training sessions. Interested parties must submit their capabilities by March 14, 2025, with the anticipated contract period spanning one base year from May 2025 to April 2026, followed by four additional option years. For inquiries, contact Brian Gilmore at brian.gilmore1@socom.mil or Chu Yon Ku at chu.y.ku.civ@socom.mil.
    USSPACECOM JOC Workstation Equipment
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking information from potential resellers of ThinkLogical and QUINTRON equipment for the US Space Command as part of a Sources Sought Announcement. The procurement aims to gather details on various electronic workstation equipment, including ThinkLogical chassis, KVM extenders, transmit/receive cards, and QUINTRON DICES VoIP products, which are critical for enhancing communication and operational readiness. Interested vendors are invited to submit their capabilities, including delivery timelines and alternative product options, by March 14, 2025, to assist in evaluating suppliers for these essential tools. For inquiries, vendors may contact Cayce Moses at cayce.moses@spaceforce.mil or by phone at 719-556-9293.
    USSC Cisco Requirement
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking input from qualified small businesses regarding the USSC Cisco Requirement, as outlined in a Sources Sought notice issued by the 21st Contracting Squadron at Peterson Space Force Base. This initiative aims to gather market research on computer and peripheral equipment, specifically focusing on Cisco products such as routers, switches, and associated licenses, which are critical for enhancing network infrastructure capabilities. The procurement is intended to ensure compliance and reliability in public sector IT infrastructure, with responses requested by March 13, 2025, to facilitate future acquisition processes. Interested parties should direct their inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or call 719-556-9087 for further information.