STACS-DB License Maintenance
ID: W91249-12074077Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted May 3, 2024, 12:00 AM UTC
  2. 2
    Updated May 3, 2024, 12:00 AM UTC
  3. 3
    Due May 8, 2024, 6:00 PM UTC
Description

Special Notice: DEPT OF DEFENSE intends to negotiate/award a sole-source contract with STACS DNA INC for the maintenance services of installed STaCS DB software. The software is used for support and maintenance purposes. The contract will be awarded under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide evidence that competition would be advantageous to the Government. The place of performance is Forest Park, Georgia, United States.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
NOTICE OF INTENET TO SOLICIT ONLY ONE SOURCE FOR A SERVICE AGREEMENT ON A GOVERNMENT OWNED BRUKER AXS LLC D8 XRAY DIFFRACTION SYSTEM
Buyer not available
The Department of Defense, specifically the Army, intends to solicit a service agreement exclusively with Bruker AXS LLC for the maintenance of a government-owned D8 X-ray Diffraction System at Aberdeen Proving Ground, Maryland. This procurement is limited to a single source due to the specialized nature of the services required, which are critical for the operation and upkeep of the X-ray system. The contract will be structured as a firm-fixed price agreement, covering a base year with two optional renewal years, and is governed by various federal regulations to ensure compliance and security. Interested parties can reach out to Nyshaun Greene at nyshaun.s.greene.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil for further details, with responses due within five days of the notice posting.
JMP SAS PRO Software Licenses
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, intends to award a Firm Fixed Price contract for the annual renewal of JMP SAS/JMP PRO Software Licenses on a sole source basis to Executive Information Systems, LLC. This procurement is essential as the JMP SAS/JMP PRO software is uniquely capable of providing comprehensive statistical analysis and experimental design capabilities, which are not matched by other available graphical user interface statistical packages. Interested parties are invited to express their interest and capability via email to the primary contacts, Martina Biro and Brandon Rivett, by 1500 EST on April 18, 2025, as this notice does not constitute a request for proposals and no solicitation document is available.
Notice of Intent to Award Sole Source - SciAps Inc.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to SciAps Inc. for the procurement of a SciAps X-550 Pb Analyzer. This specialized analyzer is the only non-radioactive device approved by the Housing Urban Development (HUD) agency for use in child-occupied facilities, which is critical for meeting OSHA Negative Exposure Assessment requirements across various projects at Joint Base San Antonio (JBSA). The contract will be negotiated under FAR 13.106-1(b)(1)(i), emphasizing the urgency and unique nature of the required equipment. Interested parties may express their capabilities to fulfill this requirement, and inquiries can be directed to SrA Jamie Cutright at jamie.cutright@us.af.mil or 210-671-4476, or MSgt Johnathan Leuellen at johnathan.leuellen@us.af.mil or 210-671-6412.
ATICTS Software
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the ATICTS Software through a combined synopsis/solicitation process. This procurement involves a firm fixed price contract for the renewal of an annual subscription to the Automated Tool Inventory Control Tracking System (ATICTS) and D3 multi-value database software, which is critical for managing tools used in the repair and overhaul of Coast Guard aircraft. The contract will be awarded on a sole source basis to Data Enterprises of the Northwest, Inc., covering a one-year base period with four optional one-year extensions, with an estimated total value of $135,490 for 34 users from October 1, 2025, to September 30, 2030. Interested vendors must submit their quotations by April 17, 2025, to Denise Davis at Denise.D.Davis@uscg.mil, ensuring compliance with all specified terms and conditions.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
Scales Maintenace and Repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and repair of scales at Fort Stewart and Hunter Army Airfield in Georgia. The procurement involves comprehensive services including preventive maintenance, repair, calibration, and certification of transportation scales to ensure compliance with operational standards and safety regulations. These services are critical for maintaining the functionality of essential equipment that supports military operations and logistics. Interested parties must submit their quotes by April 14, 2025, with a contract period starting from May 1, 2025, to April 30, 2028, and can contact Sheung Li at sheung.c.li.civ@army.mil or Curtis Hanna at curtis.r.hanna.civ@army.mil for further inquiries.
John Hopkins Adjusted Clinical Groups Software Renewal
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source contract for the renewal of John Hopkins Software's Adjusted Clinical Groups (ACG) licenses, which are critical for operational analytics and clinical registry needs. This procurement aims to enhance patient case management by enabling the identification of patients for preventive care and those at high risk for hospitalization, utilizing the ACG system's multi-morbidity framework for accurate risk assessments and resource utilization predictions. The contract will be a fixed price agreement with a base year and one option year, and interested parties may submit capability statements to demonstrate their eligibility; if no responses are received by the deadline, the sole source award will proceed. For further inquiries, interested parties can contact Mary Jane Pastran at MaryJane.G.Pastran.ctr@health.mil or Thomas Reese at thomas.l.reese4.civ@health.mil.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
NOTICE OF INTENT TO SOLE SOURCE FOR THE PROCUREMENT OF MICHIGAN SCIENTIFIC SW-SR2 STEERING EFFORT TORQUE AND ANGLE TRANSDUCER
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of two Michigan Scientific SW-SR2 Steering Effort Torque and Angle Transducers, including necessary clamp sets. This specialized equipment is critical for mission-oriented automotive testing at the Automotive Test Center, and market research has confirmed that Michigan Scientific Corporation is the only supplier capable of meeting the specific requirements for this proprietary model. Interested parties are invited to express their interest and capability in writing by April 16, 2025, at 1:30 PM Eastern Daylight Time, although this notice does not constitute a request for competitive proposals. For further inquiries, contact Patrick Drabinski at patrick.j.drabinski.civ@army.mil or Birgit M. Jones at birgit.m.jones.civ@army.mil.