NOTICE OF THE GOVERNMENT’S PROPOSED CONTRACT ACTION TO ISSUE A SOLE SOURCE AWARD FOR SENTRIS SOFTWARE
ID: HQ0034-25-SS-SENTRIS Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source contract to ManTech Advanced Systems International for SENTRIS software subscriptions and support. This contract, which will extend the current agreement set to expire on March 25, 2025, is critical for the DOD Chief Information Officer's Special Access Programs, ensuring that sensitive data is accessed only by appropriately cleared users and maintaining the integrity of classified information. The proposed action is not a request for proposals or quotes, and the government reserves the right to cancel the award. For further inquiries, interested parties can contact Brandon Mitchell at 703-695-4021 or via email at brandon.o.mitchell.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense (DOD) plans to issue a sole source contract to ManTech Advanced Systems International for SENTRIS software subscriptions and support under the authority of FAR 6.302-1. This follow-on award will extend the current contract, expiring on March 25, 2025, with the government considering a total contract length of five years, including option periods. ManTech is the sole provider of the proprietary software necessary for the DOD Chief Information Officer (CIO) Special Access Programs (SAP). Awarding this contract is critical to maintaining functionality and ensuring sensitive data is accessed only by appropriately cleared users, protecting the integrity of classified information. This notice serves as a formal announcement of the proposed action, clarifying it is not a request for proposals or quotes. The government maintains the right to cancel this sole source award. The primary NAICS code for this action is 513210, focusing on software publishing with a business size standard of $47 million.
    Similar Opportunities
    Notice of Intent to Award a Sole Source Modifiction to Lockheed Martin to Increase Contract Ceiling
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract modification to Lockheed Martin to increase the contract ceiling for ongoing support of General Service Cross Domain Solutions and Radiant Mercury for the Department of Navy and other Defense agencies. This modification will raise the contract ceiling by a not-to-exceed amount of $12,028,735, ensuring continued provision of critical services that facilitate secure information sharing across different domains. The current contract, N00039-19-D-0006, is set to expire on September 30, 2029, and the Government will negotiate with Lockheed Martin under the authority of 10 U.S.C 2304 (c)(1) and FAR 6.302-1, as only one responsible source can meet the agency's requirements. For inquiries regarding this modification, interested parties may contact Contract Specialist Jennifer A. Iribe at jennifer.a.iribe.civ@us.navy.mil or by phone at 619-553-0928.
    Notice of Intent for SAS Software Licenses
    Buyer not available
    The U.S. Secret Service (USSS), part of the Department of Homeland Security, intends to award a sole source delivery order for SAS Software Licenses to Executive Information Systems, LLC. This procurement includes licenses for SAS Analytics and SAS/ETS for ten users each, along with annual maintenance, supporting the Office of Human Resources' Workforce Planning Division. The software is critical for the USSS's analytical operations, and the justification for selecting Executive Information Systems as the sole source is based on their status as the only authorized reseller of the required software. Interested parties who believe they can meet the requirements must submit written evidence of capability by 10:00 AM ET on February 24, 2025, to Theresa Williams at theresa.williams@usss.dhs.gov, as phone submissions are not accepted.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Buyer not available
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    Support Services
    Buyer not available
    Special Notice Department of Defense Support Services: This is a notice of intent for the sole source procurement of an extension of services with General Dynamics One Source. The services provided by General Dynamics One Source are IT Services to the National Defense University. The extension of services will be from January 13, 2018, to February 28, 2018. This extension will allow for the implementation of a long-term competitive follow-on contract. The competition of this requirement and award to any other source would result in duplication of effort and disjointed management and provision of the established IT Services. Interested parties may send challenges to Cathy Kelly at cathy.kelly@navy.mil. This notice of intent is not a request for competitive proposals, but all challenges received within one day after the publication of this synopsis will be considered by the Government. The Government will determine whether to conduct a competitive procurement based on the information received.
    Notice of Intent to Sole Source TRIGA Reactor Console Software Modification
    Buyer not available
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Plantation Productions, Inc. for modifications to the TRIGA reactor console software utilized by the Armed Forces Radiobiology Research Institute (AFRRI). The procurement aims to enhance the proprietary software that is critical for USU's mission of training health professionals dedicated to military and public health services. This specialized software plays a vital role in military medicine and research capabilities, underscoring the importance of effective educational support tools. Interested parties are invited to submit bids if they can demonstrate that competition would be beneficial, with responses due via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
    Notice of Intent to Award a Sole Source Contract for Digital Transformation-Professional Services
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), intends to award a sole source contract for Digital Transformation-Professional Services to Strategic Insight, Ltd. This procurement aims to align NAVWAR with the Office of the Under Secretary of Defense's modernization priorities, ensuring that the Navy can operate effectively in a digital environment and maintain wartime readiness by making real-time, mission-critical decisions. The urgency of this requirement stems from the unique mission needs of the Navy Systems Commands (SYSCOMs), and Strategic Insight is uniquely qualified due to its prior experience with similarly situated SYSCOMs, which mitigates unacceptable schedule risks. For further inquiries, interested parties may contact Contract Specialist Steffany Becker at steffany.a.becker.civ@us.navy.mil or by phone at 619-548-1837.
    Information Technology Engineering and Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Information Technology Engineering and Support Services to enhance the Technical Support Management (TSM) application and Electronic Trial Card (ETC) application. The contractor will be responsible for system operation and maintenance, user training, cybersecurity compliance, and the development of necessary documentation and software updates, with a focus on supporting naval shipbuilding oversight functions. This procurement is critical for ensuring operational efficiency and data management within the Department of Defense's maritime objectives. Interested parties should contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further details, with the performance period set from March 8, 2025, to August 31, 2025.
    STK Renewals
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to issue a sole source purchase order for annual support and upgrades to several AGI Legacy software products from Ansys Government Initiatives (AIG). The procurement encompasses software products such as PRO-UGR STK Pro, SatPro, Analysis Workbench, STK Integration, Terrain, Imagery & Maps, and Communications Module, which are vital for various defense-related applications and are covered under GSA Contract GS35F056DA. This opportunity is classified under NAICS Code 513210 and utilizes Simplified Acquisition Procedures as per FAR Part 13, with a procurement value not exceeding $250,000. Interested parties may express their interest, but the decision to proceed with competitive procurement lies solely with the Government, and no costs will be reimbursed for submissions.
    TEAMSPEAK SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is soliciting proposals for the procurement of a Virtual Server license specifically designed for 19 user slots, with a license duration of one year on a perpetual basis. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, emphasizing the government's commitment to promoting inclusivity in its procurement processes. The selected vendor must be an authorized reseller and ensure compliance with federal procurement regulations, as the license is critical for supporting government operations. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868 for further information.
    DA10--Notice of Intent to Solicit and Award Sole Source Contract for PolyAnalyst Maintenance and Support Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to solicit and award a sole-source contract for the maintenance and support renewal of PolyAnalyst software, which is crucial for the National Center for Patient Safety (NCPS). This contract will cover a 12-month base period with four optional extensions, ensuring the continuity of essential software services that enable advanced data mining and analytics for patient safety reporting. PolyAnalyst is a proprietary tool that provides unique capabilities in text and data analytics, vital for generating reports and fulfilling information requests, with no equivalent alternatives available in the market. Interested parties can contact Contract Specialist Samuel Martinez Rodriguez at Samuel.Martinez.Rodriguez@va.gov or by phone at 848-377-5358 for further details.