Notice of Intent to sole source with Software Alternatives Incorporated (SAI)
ID: 28321325RNOI00009Type: Special Notice
Overview

Buyer

SOCIAL SECURITY ADMINISTRATIONSOCIAL SECURITY ADMINISTRATIONSSA OFC OF ACQUISITION GRANTSBALTIMORE, MD, 21235, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The Social Security Administration (SSA) intends to negotiate a sole source contract with Software Alternatives Incorporated (SAI) for master file database access and optimization services. This procurement is necessary due to SAI's unique expertise and extensive knowledge of SSA's DB2 and mainframe infrastructure, which includes critical databases such as the Master Earnings File and Supplemental Security Record. The services sought are vital for modernizing and streamlining SSA's database systems, leveraging SAI's specialized experience that cannot be replicated by other vendors. Interested parties may contact Samantha C. Derr at SAMANTHA.DERR@SSA.GOV for further information, noting that this is not a request for quotation and the government does not intend to pay for information received.

Point(s) of Contact
DERR, SAMANTHA C.
SAMANTHA.DERR@SSA.GOV
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Application Delivery Controller (ADC)/Load Balance
Buyer not available
The Social Security Administration (SSA) is issuing a Request for Information (RFI) for the Application Delivery Controller (ADC)/Load Balancer technology refreshment. This zero-dollar RFI aims to gather insights and information regarding the ADC/load balancing solutions that can enhance the SSA's computing infrastructure and data processing capabilities. The ADC technology is crucial for ensuring efficient traffic management and security compliance within the SSA's IT and telecom systems. Interested parties can reach out to Deborah Briscoe at DEBORAH.BRISCOE@SSA.GOV for further inquiries regarding this opportunity.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
Notice of Intent to Sole Source – Dynamic Systems Inc.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Dynamic Systems Inc. for Oracle hardware and software maintenance and support. This procurement is critical for maintaining the functionality of the NIH Clinical Center's existing Sun Server environment, which hosts essential systems, applications, and databases vital to hospital operations. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the proprietary nature of Oracle products, which are deemed necessary for the Clinical Center's needs. Interested parties may submit their capabilities and interest to Kristin Nagashima, Contract Specialist, via email by April 15, 2025, at 6 PM EST.
National Training and Data Center for WIPA Program
Buyer not available
The Social Security Administration (SSA) is seeking a contractor to provide operational support for the Work Incentives Planning and Assistance (WIPA) program through the recompete of the National Training and Data Center (NTDC) contract. The selected contractor will be responsible for training, certifying, and offering ongoing technical assistance to WIPA staff, ensuring they are equipped to assist awardee staff effectively. This procurement is crucial for enhancing the capabilities of WIPA staff, which plays a vital role in supporting individuals with disabilities in understanding and utilizing work incentives. The anticipated solicitation is expected to be released in April 2025, with proposals due approximately 30 days thereafter. Interested parties are encouraged to register for notifications on the SAM/FBO and FedConnect websites, as hard copies of the solicitation will not be provided.
Ticket Program Manager (TPM) contract
Buyer not available
The Social Security Administration (SSA) is preparing to issue a solicitation for the Ticket Program Manager (TPM) contract, aimed at securing services to support the Ticket to Work program. The contractor will be responsible for the recruitment, activation, and support of Employment Networks (ENs), as well as assisting beneficiaries to enhance their participation in the program. This contract is significant as it facilitates employment opportunities for individuals with disabilities, thereby promoting their independence and economic self-sufficiency. The anticipated solicitation release is expected around April 2025, with proposals due approximately 30 days thereafter. Interested parties can reach out to Christopher Brennan at CHRISTOPHER.BRENNAN@SSA.GOV for further information, and are encouraged to register for notifications on updates related to the solicitation.
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
7A--Notice of Intent ( Sole Source )
Buyer not available
The Department of Energy's Southwestern Power Administration intends to award a sole-source contract to DNV USA, Inc. for the renewal and upgrade of its Cascade BaseStation Software Licenses. This procurement aims to ensure the continued functionality and enhancement of critical software used for operational management within the agency. The Cascade BaseStation Software is vital for the administration's IT and telecom needs, specifically in business application software. Interested parties can reach out to Salahuddin R. Haessler at sal.haessler@swpa.gov or call 918-480-0043 for further details regarding this opportunity.
7A--Financial Data Support Sole Source Award.
Buyer not available
The Department of Energy is seeking to award a sole source contract for financial data support to S&P Global Market Intelligence (SPGMI). This procurement aims to secure essential software services classified under the NAICS code 513210, specifically focusing on business application software for IT and telecom. The selected vendor will provide critical financial data support, which is vital for the department's operational and analytical needs. Interested parties can reach out to Myron Waddell at myron.waddell@hq.doe.gov or call 240-702-5330 for further information regarding this opportunity.
Notice of Intent to Award Sole Source to MAPUSOFT
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to MAPUSOFT for the automated conversion of Very Low Frequency (VLF) legacy waveform code from ADA to modern C++. This procurement is critical for updating and maintaining the functionality of legacy systems, ensuring they meet current technological standards. The contract will be awarded on a Firm-Fixed-Price basis under FAR Simplified Acquisition Procedures, with the applicable NAICS code being 541519 for Other Computer Related Services. Interested parties who believe they can meet the requirements are encouraged to contact Contract Specialist James W Lindsey at james.w.lindsey6.civ@us.navy.mil or by phone at 619-553-3841 for further inquiries.
Acquisition Due-In System (ADIS) & Contracting Information Database System (CIDS) Follow-On
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide program operations support for the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS) under a Sources Sought notice. The objective of this procurement is to maintain and enhance the operational integrity of these critical logistics business systems that support the Air Force acquisition process, ensuring compliance with statutory and regulatory guidelines while facilitating efficient data management and reporting. The ADIS and CIDS systems are vital for tracking procurement activities, managing contract data, and improving the overall acquisition process within the Air Force, making this opportunity significant for enhancing operational readiness. Interested parties, particularly 8(a) small businesses, must submit their capabilities and relevant experience by May 8, 2025, and can contact Morgan Suntay at morgan.suntay@us.af.mil or Major Ronald L. Hirsch at ronald.hirsch.1@us.af.mil for further information.