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
    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
    Similar Opportunities
    Sole source extension - contract 28321317C00060003
    Social Security Administration
    The Social Security Administration (SSA) has issued a sole source extension for contract number 28321317C00060003 with Advancia Ahtna JV, LLC, aimed at providing support services for the National Records Center (NRC). This modification extends the contract's period of performance by one month, from March 29, 2023, to April 28, 2023, with a funding amount of $757,301.99, ensuring continuity of services while SSA evaluates proposals for a new contract under the Small Business Administration’s 8(a) program. The services provided are critical for the operational efficiency of the NRC, which manages vital records for the SSA. For further inquiries, interested parties can contact Andrew Argiro at andrew.argiro@ssa.gov.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    Notice of Intent to Sole Source GSA
    Energy, Department Of
    The Department of Energy intends to sole source a follow-on task order to LRP Publications, Inc. for the provision of CyberFEDS Workman’s Compensation and Manager Advantage databases. This procurement aims to secure access to a unique combination of case decisions, statutes, regulations, manuals, guides, pay tables, bulletins, and news groups, which are critical for effective management and compliance in workplace safety and compensation. The task order will be executed against GSA Schedule 47QTCA20D002P, with performance taking place in Road Forks, New Mexico. For further inquiries, interested parties may contact Brenda Rae Hamilton at brenda.hamilton1@nnsa.doe.gov or by phone at 505-845-5657.
    Master Data Management (MDM) & Enterprise Data Lake (EDL)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking to award a sole source task order for Master Data Management (MDM) and Enterprise Data Lake (EDL) services. This procurement aims to establish a bridge contract that will ensure the continuity of these critical services, which are essential for managing and analyzing healthcare data effectively. The contract will be executed in Windsor Mill, Maryland, and is justified under the exception to fair opportunity as outlined in FAR 16.505(b)(2)(i)(C). For further inquiries, interested parties may contact Dawn Wilkins at dawn.wilkins@cms.hhs.gov or by phone at 410-786-4588, or Allisan Hafner at allisan.hafner@cms.hhs.gov or 410-786-5147.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.
    SAS Product Licenses and Hosting Services (Modification Justification)
    Consumer Product Safety Commission
    The U.S. Consumer Product Safety Commission (CPSC) intends to issue a modification to a sole source award for SAS Product Licenses and Hosting Services to Executive Information Systems, LLC. This procurement aims to enhance the CPSC's capabilities in investigating and improving the safety of consumer products, as authorized under 5 U.S.C. § 2054. The modification will be negotiated under the authority of FAR 6.302-1 and 41 U.S.C. 253(c)1, utilizing a Task Order off a GSA Schedule in accordance with FAR Part 8 and 12 procedures. Interested parties may express their interest and submit a capability statement to D. Tam Rushbrook at drushbrook@cpsc.gov or by phone at 301-504-7043.
    MasterControl Software-as-a-Service for Electronic Quality Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure MasterControl Software-as-a-Service (SaaS) for its Electronic Quality Management System (eQMS) to support the Clinical Quality Management System (CQMS) at the National Institute of Allergy and Infectious Diseases (NIAID). This procurement is intended to ensure compliance with federal and international regulations by managing controlled documents and quality processes related to clinical trials sponsored by NIAID. The MasterControl software has been utilized since 2019 and is critical for managing documentation, training, and regulatory audits, with a contract period of performance from January 1, 2026, to December 31, 2026. Interested vendors may submit their capabilities statements to Linda Smith at linda.smith2@nih.gov within 10 days of this notice, as the government intends to award a sole source contract based on the unique capabilities of MasterControl Solutions.
    Limited Source Justification for ABIS
    Small Business Administration
    The Small Business Administration (SBA) is seeking a contractor for the maintenance and enhancement of its Automated Background Investigation System (ABIS), which is critical for processing personnel security background investigations. The contractor will be responsible for updating the ABIS software to incorporate new functionalities, improve processing timeliness, and address any identified vulnerabilities, as well as providing miscellaneous reports and data extracts as requested by the Office of Personnel Security. This procurement is essential for ensuring the efficiency and security of personnel investigations within the SBA. Interested parties can contact Tracie Gutierrez at tracie.gutierrez@sba.gov or by phone at 303-844-3878 for further information.
    J/A for Sole-Source ITSC Services and Transition Support
    Small Business Administration
    The Small Business Administration (SBA) is seeking a contractor to provide sole-source IT Support Services and Transition Support under a Justification notice. The contract aims to deliver comprehensive support for the Agency's IT infrastructure through an as-a-service model, which includes integrated IT services tailored to meet the evolving needs of the SBA's mission across its numerous locations in all 50 states, U.S. territories, and the District of Columbia. This procurement is critical for ensuring real-time situational awareness and operational efficiency within the SBA's IT environment, encompassing various service areas such as IT infrastructure support, project management, and service center support. Interested parties can reach out to Laura Saddison at laura.saddison@sba.gov for further information regarding this opportunity.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Education, Department Of
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.