Notice of Intent - FACPRO Annual License
ID: W91249-015195Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT EISENHOWERFORT EISENHOWER, GA, 30905-5719, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

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

    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eisenhower, Georgia, intends to negotiate a sole-source contract for the procurement of Facilitate Pro software from McCall, Szerdy & Associates, Inc., also known as Facilitate.com. This web-based electronic conference center software is designed to enhance group decision-making and innovative thinking through real-time and asynchronous collaboration, featuring tools for focused idea generation and problem-solving. The contract will be awarded under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive advantage by 12:30 p.m. on May 7, 2025. For further inquiries, interested parties may contact Nina Rachal at nina.m.rachal.civ@army.mil or Ashley Scott at ashley.t.scott3.civ@army.mil.

    Files
    Title
    Posted
    The document outlines the proprietary licensing and pricing structure for FacilitatePro software developed by McCall, Szerdy & Associates, Inc., trading as Facilitate.com. The software aids in brainstorming, organizing, and prioritizing ideas for improved decision-making and must be purchased directly from the company. The letter confirms that Facilitate.com is the exclusive provider of this software, highlighting that it does not offer a reseller network. Pricing options include several tiers for internal use licenses (Small, Medium, and Enterprise) ranging from $9,995 to $49,995 annually, each offering varying features such as secure partitions and number of leaders. Additional services, including technical support, consulting, and on-site training, are also available. The document is structured with clear sections detailing pricing, licensing options, and support information, aligning well with government Request for Proposals (RFPs) or grants that may seek solid, structured software solutions for group facilitation. Overall, it showcases the software's suitability for organizations looking to enhance collaborative decision-making processes.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    (SPA) ProjNet Sofware
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    Joint Base San Antonio (JBSA) Mission Training Complex (MTC)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Orlando, intends to award a sole source contract to Trideum Corporation for the Joint Base San Antonio (JBSA) Mission Training Complex Capabilities Support (MTCCS) effort. This contract, valued as a Firm Fixed-Price Bridge Contract, will ensure the continuation of mission command training services at JBSA, following the expiration of the current task order on January 28, 2026. The services are critical for maintaining operational readiness and training for units stationed at JBSA, as no other contractor can provide the necessary expertise and resources without causing a significant break in service. Interested firms must express their capability to meet the requirements by December 24, 2025, and should direct their responses to Will Bass at willie.c.bass2.civ@army.mil.
    Leankor PM Software - Redacted EFO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure program management software known as Leankor PM Software to support the PEO Combat Support & Combat Service Support (PEO CS&CSS). This software is intended for tracking and reporting on contract actions, with capabilities to create dashboards for contract information and personnel systems. The procurement is justified under FAR 16.505(a)(4) for items peculiar to one manufacturer, and the contract has been awarded to Carahsoft Technology Corp. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681 for further inquiries.
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.