Synopsis of Notice of Intent to Sole Source Contract for licensed software that includes new versions and revisions to support the Department of the Navy’s (DoN’s) Commercial Off-The-Shelf for Comprehensive Utilities Information Tracking System (CIRCUITS).
ID: 6061840Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYEXPEDITIONARY WARFARE CENTER

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Navy, through the Naval Facilities Engineering and Expeditionary Warfare Center, intends to award a sole-source contract to Itron, Inc. for the licensing and maintenance of the Comprehensive Utilities Information Tracking System (CIRCUITS). This procurement is essential for providing software updates, maintenance services, and technical support for critical utilities management systems that service approximately 13,000 meters, ensuring compliance with Department of Defense standards and uninterrupted operational functionality. The contract will span one year with four additional option years, totaling five years, and is justified under 10 U.S.C. §2304 (c)(1) due to Itron's proprietary ownership of the necessary software. Interested parties may contact Dyanne Van Der Kamp at dyanne.vanderkamp.civ@us.navy.mil or Jonathan Oliveros at jonathan.c.oliveros.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Department of the Navy's Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) seeks authorization to procure a sole-source follow-on contract with Itron, Inc. for software licensing related to the Comprehensive Utilities Information Tracking System (CIRCUITS). This contract, extending from FY25 through FY30, is justified under 10 U.S.C. §2304 (c)(1) due to Itron's proprietary ownership of essential software maintenance and technical support, without which operations could be significantly disrupted. The requirement encompasses software updates and maintenance services for critical utilities management systems across approximately 13,000 meters. Market research confirmed the absence of alternative suppliers capable of providing these services, prompting reliance on Itron to ensure compliance with audit requirements and uninterrupted system functionality. While NAVFAC is exploring alternatives for the future, immediate needs necessitate this sole-source procurement to maintain operational integrity and compliance with Department of Defense standards.
    Similar Opportunities
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    N66001-25-Q-6117 - Notice of Intent to Award Sole Source Order to Berkeley Nucleonics Corporation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to award a sole source order to Berkeley Nucleonics Corporation for the procurement of specialized instruments. This acquisition falls under the NAICS code 334515, which pertains to Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, indicating a focus on high-precision electronic equipment. The goods are critical for various defense applications, ensuring accurate measurements and testing capabilities essential for operational readiness. Interested parties can reach out to Contract Specialist Stephen O'Neill at stephen.a.oneill8.civ@us.navy.mil or by phone at 619-553-5493 for further details regarding this opportunity.
    N66001-25-Q-6125 - Notice of Intent to Award Sole Source Order to Charter Communications Operating, LLC.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Charter Communications Operating, LLC for the procurement of month-to-month internet subscription services and installation. The requirement includes Ethernet Private Line services with a capacity of 1G/1G, along with installation services, to be utilized until September 30, 2025. This procurement is critical for maintaining reliable telecommunications infrastructure, and the government is following FAR guidelines for a noncompetitive award, although other vendors may submit proposals for consideration. Interested parties can direct inquiries to Contract Specialist Dane J Black via email at dane.j.black.civ@us.navy.mil by March 17, 2025, at 11 AM Pacific Time.
    Notice of Intent to Award Sole Source to EATON
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, has issued a Notice of Intent to Award a Sole Source contract to EATON. This procurement is aimed at acquiring specialized goods or services that are critical to the Navy's operational capabilities, although specific details regarding the requirements have not been disclosed in the overview. The importance of this procurement lies in EATON's unique ability to meet the Navy's needs, which may involve proprietary technology or expertise. For further inquiries, interested parties can contact Contract Specialist James K Blake at james.k.blake@navy.mil or by phone at 619-376-0860.
    Ungerboeck Subscription Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to renew the Ungerboeck subscription for the United States Naval Academy in Annapolis, Maryland. This procurement involves a sole source Firm Fixed Price contract for the licensing and maintenance of the Ungerboeck venue management software, which has been integral in managing over 300 venues at the Academy for over five years. The selected contractor must ensure compatibility with existing systems and provide comprehensive IT support, including license management and system onboarding, while adhering to U.S. Navy regulations. Interested parties can reach out to Jordan Walton at jordan.l.walton.civ@us.navy.mil for further details, and all proposals must be submitted electronically by the specified deadline.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    Notice of Intent to Sole Source UPS Maintenance
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installation East (MCIEAST) Regional Contracting Office at Camp Lejeune, North Carolina, intends to award a sole source contract to Vertiv Corporation for the maintenance, monitoring, and testing of Liebert-branded Uninterruptable Power Supplies (UPS), Automatic and Manual Transfer Switches, and Battery Systems. This procurement is critical as Vertiv Corporation is the Original Equipment Manufacturer and the only source capable of fulfilling the agency's requirements, ensuring the reliability and functionality of essential power systems. Interested parties may submit a capability statement within five calendar days of this notice, although this is not a request for competitive quotes. For further inquiries, contact Leonard Polous at leonard.a.polous.civ@usmc.mil or Patricia Quinones at patricia.quinones@usmc.mil.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.