Licensing, maintenance/support, and escrow for the Acquisitions Dashboard
ID: 6913G625Q300015Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - IT MANAGEMENT AS A SERVICE (DF10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation is seeking a contractor to provide licensing, maintenance, support, and escrow services for the Acquisitions Dashboard, a critical web-based tool for managing Purchase Requests and contracts at the Volpe National Transportation Systems Center in Cambridge, Massachusetts. The procurement is justified as a sole source to i5 Services, Inc., the original developer of the application, which requires specialized ongoing support to meet IT security standards and ensure operational efficiency. The contract will cover services from February 2025 to January 2026, with a firm fixed price purchase order expected to be awarded based on submitted quotations. Interested vendors must submit their quotes by 12:00 PM EST on February 6, 2024, and direct any inquiries to Karen M. Marino at karen.marino@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services in line with FAR 52.212-3, effective May 2024. It establishes that Offerors must affirm their status in the System for Award Management (SAM) regarding representations and certifications needed when submitting proposals for federal contracts. Key definitions include terms related to business classifications (e.g., small business, women-owned small business, and service-disabled veteran-owned small business), as well as regulations governing labor practices and compliance with federal laws against child labor. Offerors must make declarations related to their business status, ownership structure, and any previous legal or tax issues, ensuring compliance with federal guidelines. The document emphasizes other requirements for reporting on products, including adherence to the Buy American Act and transparency concerning foreign end products. Moreover, it addresses restrictions on contracting with entities involved in sensitive technology or business operations in Sudan and ensures that proposals align with broader government accountability standards. Overall, the provision aims to ensure fair competition and ethical practices in government contracting.
    The document outlines a Request for Quotation (RFQ) for maintenance support, software licensing, and escrow services. It specifies three main items: a monthly maintenance and support service for a duration of 12 months, a single software license, and one escrow service. The file includes a breakdown of quantities, units, unit prices, and a total amount, though specific pricing details are not provided. The RFQ number associated with this proposal is 6913G625Q300015. The focus of this document is to solicit bids from potential suppliers for the provision of these services, which are essential for maintaining operational efficiency in governmental functions. As part of standard procurement processes, this RFQ indicates the government's commitment to sourcing needed services transparently and competitively.
    The Department of Transportation's Office of Acquisitions is seeking to renew maintenance, support, annual licensing, and escrow services for the Office of Acquisitions Dashboard application, a web-based tool designed to enhance the management and tracking of Purchase Requests and awarded contracts. This system, developed by i5 Services, LLC, is hosted at the Volpe National Transportation Systems Center and requires continuous support to meet Department of Transportation IT security standards. The procurement is justified as sole source because i5 Services is the only entity capable of providing the proprietary software's licensing and maintenance, given its unique development of the application. Previous market research confirmed that no alternative suppliers possess the necessary expertise or ability to meet these requirements. The requested services are set to operate from February 2025 to January 2026, reinforcing the necessity for specialized ongoing support for this custom-developed application critical to the Office of Acquisitions' operational efficiency and regulatory compliance.
    The document describes a Request for Proposal (RFP) for the maintenance, licensing, and escrow services for the Office of Acquisitions Dashboard at the US Department of Transportation’s Volpe Center. The dashboard, developed by i5 Services, LLC in 2015, serves as a critical tool for tracking Purchase Requests and contracts. The scope of work encompasses three main areas: routine maintenance and support to ensure application functionality and compliance; an annual software license agreement to secure the government's right to use the application; and an escrow agreement for the software source code to protect against potential contractor insolvency. The work is to be conducted at the contractor’s site, with a performance period extending to January 31, 2026. Deliverables include weekly status updates and the software and escrow agreements, all of which must be submitted via email within specified timeframes. Overall, the document underscores the government’s focus on maintaining essential IT resources while ensuring operational continuity through comprehensive support agreements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Licenses to Operate NUCARS software
    Buyer not available
    The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center, is seeking to renew two licenses for the NUCARS software, which is critical for conducting rail dynamics studies. The NUCARS software is the only validated simulation package capable of predicting the nonlinear dynamic response of North American railroads, making it essential for accessing decades of simulation results previously generated by Volpe Center engineers. The procurement is classified as a sole source award to Transportation Technology Center, Inc. DBA MxV Rail Software Products, due to the proprietary nature of NUCARS and the significant costs and delays associated with transitioning to alternative software. Interested parties can contact Darcy Hubbard at darcy.hubbard@dot.gov or by phone at 617-494-3816 for further details.
    PRIMAVERA ORACLE P6 SOFTWARE, ORACLE CORP PRODUCTS
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking to procure Oracle Primavera P6 software and related Oracle Corporation products. The primary objective is to renew the software maintenance agreement to ensure consistent project management practices across all Federal Lands Highway (FLH) offices, which currently utilize this software as their Project Management Information System (PMIS). This procurement is critical for maintaining compliance with IT security requirements and operational efficiency as part of the One FLH initiative, following a directive to standardize project management tools. Interested vendors must be authorized Oracle resellers and submit their quotations by February 9, 2025, before 11:00 AM EST, with inquiries directed to Regina P. McDonald at Regina.McDonald@dot.gov or by phone at 703-404-6268.
    QUANTUM SCALAR SERVICE RENEWAL FOR SCALAR i2000/i6000
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking to procure a Quantum Scalar Service Contract for Scalar i2000/i6000 systems from authorized Quantum resellers. This service is essential for maintaining compliance with government security standards and ensuring the effective use of existing tape data libraries critical to the agency's operations. The contract period will commence upon award and extend through January 31, 2026, with all quotations due within 10 days of the posting date. Interested vendors must provide documentation proving their status as authorized resellers and can contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.
    Pro Plus Subscription
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), intends to negotiate a single source purchase order for a Pro Plus Subscription with Politico, LLC. This procurement aims to provide FHWA leadership and decision-makers with essential access to timely legislative and transportation news, including real-time updates, customizable newsletters, and AI-generated bill summaries, which are critical for the agency's mission. FHWA has determined that Politico Pro is the premier source for these services after extensive research, highlighting the unique capabilities it offers compared to other vendors. Interested parties may submit their firm's capabilities by February 10, 2025, at 12:00 PM Eastern Time, and inquiries should be directed to Jason Motala at jason.motala@dot.gov.
    Internet2 Membership and Network Participation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), intends to award a sole source purchase order to Internet2 for membership and network participation. This procurement is essential for the Turner-Fairbank Highway Research Center (TFHRC) to maintain access to its community site, facilitating collaboration with external research institutions on critical highway safety initiatives. The membership is vital for supporting the FHWA's mission and ensuring ongoing research efforts. Interested parties may submit their capabilities to Sara Shlesinger at sara.shlesinger@dot.gov or contact her at 720-963-2982 for further inquiries, although no competitive proposals will be solicited.
    Services and Resources for Testing of Interoperability of Secure Credential Management Systems (SCMS)
    Buyer not available
    The U.S. Department of Transportation, through the Federal Highway Administration, is seeking proposals for a three-year federal contract focused on testing the interoperability of Secure Credential Management Systems (SCMS) related to Vehicle-to-Everything (V2X) technologies. The primary objectives include facilitating collaboration among SCMS providers, developing policies, and executing interoperability tests to ensure reliable communication between devices from different providers, thereby enhancing transportation safety and efficiency through Intelligent Transportation Systems (ITS). Interested organizations must submit capability statements detailing their technical abilities by February 21, 2025, with no obligation for a contract resulting from this Sources Sought Notice. For further inquiries, potential respondents can contact Eleanor Nielsen at eleanor.nielsen@dot.gov.
    OEM Runtime CPU License to RTI Data Distribution Service, Core Libraries and Utilities (17+ Cores)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of 18 OEM Runtime CPU Licenses for the RTI Data Distribution Service, Core Libraries, and Utilities, which are essential for operational capabilities at the Center for Surface Combat Systems in Dahlgren, Virginia. The licenses are required to be delivered by February 28, 2024, under a firm fixed-price contract, emphasizing the importance of compliance with federal regulations and a preference for small businesses, particularly those owned by veterans. Interested vendors must submit their quotes via email by 2:00 PM on February 5, 2025, and any inquiries regarding the solicitation should be directed to the primary contact, Jeffrey Sirkin, at jeffrey.m.sirkin.civ@us.navy.mil, by February 3, 2025.
    Internet2 Mid-Atlantic Port Connection
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), intends to award a sole source purchase order to the University of Maryland, College Park, for the establishment of an Internet2 “Layer 3” Gigabit Point of Presence in the Mid-Atlantic region. This procurement is essential for the Turner-Fairbank Highway Research Center (TFHRC) to maintain a critical connection to the Internet2 Network, which supports mission-critical highway safety research initiatives. The notice indicates that no competitive proposals will be solicited; however, interested parties may submit their capabilities for consideration. For further inquiries, interested parties can contact Sara Shlesinger at sara.shlesinger@dot.gov or by phone at 720-963-2982.
    Autodesk
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Autodesk software and related support exclusively from DLT Solutions, LLC, under a sole-source solicitation. This procurement is essential for maintaining the operational capabilities of the Combatant Craft Engineering Technology Center Lab, as Autodesk software is uniquely compatible with the U.S. Navy's design and modification requirements for boats and crafts. The government intends to award a firm fixed-price purchase order using Simplified Acquisition Procedures, with interested parties required to submit a capabilities statement by 11:59 AM on February 7, 2025. For further inquiries, interested vendors can contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil or by phone at 301-227-0589.
    TRANSPORT PUMP - SERVICE
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified vendors to provide transport pump services under a Firm Fixed Price (FFP) contract. The procurement involves transportation services for commercial goods, adhering to the specifications outlined in the solicitation documents, including compliance with federal regulations for hazardous materials. This contract is crucial for ensuring the safe and efficient transport of sensitive materials, with a performance period anticipated from April 1, 2025, to March 31, 2026. Interested vendors must submit their quotes, including required documentation, by February 6, 2025, at 10:00 AM EST, and can direct inquiries to Carolyn F. Burns at carolyn.f.burns.civ@us.navy.mil or by phone at 757-967-2922.