W91QV1 Fort Meade QFLOW
ID: W91QV1PAN015410Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army's Mission Installation Contracting Command at Fort Belvoir, is seeking a contractor to provide support and maintenance for the Q-Flow software system at Fort Meade, Maryland. This procurement involves the installation and ongoing support of ACF Technologies' Q-Flow Customer Queuing Management Software, which is crucial for managing customer flow and monitoring wait times in the ID/Cards/Rapids section of the Directorate of Human Resources. The contract will span one base year with four option years, emphasizing reliable service delivery and compliance with local and federal regulations, with penalties for unsatisfactory performance. Interested parties should contact Julia Woltjen at julia.r.woltjen.civ@army.mil or Jodi Woods at jodi.e.woods.civ@army.mil for further details.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a supply contract at Fort Meade, specifically for the installation and support of one ACF Technologies QFLOW Customer Queuing Management Software and associated hardware. The contract aims to ensure full operational support over one base year and four option years. Key tasks include providing maintenance for the software and hardware, which consists of a kiosk and media players, along with data migration services. The contractor must operate during specific hours and ensure the workforce is stable for uninterrupted service. Additionally, security training for contractor employees is mandated, covering awareness and operational security protocols. The contract is a firm-fixed-price type, set to commence within 30 days of award, with performance expected to adhere to specified local and federal regulations. The emphasis is on delivering reliable service and maintaining the operational integrity of the queuing solution, with potential penalties for non-compliance outlined for unsatisfactory performance.
    Lifecycle
    Title
    Type
    W91QV1 Fort Meade QFLOW
    Currently viewing
    Special Notice
    Similar Opportunities
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). This contract encompasses hardware and software maintenance, with a base period starting January 1, 2026, and extending through December 31, 2026, followed by four optional one-year extensions potentially lasting until 2030. The services are critical for maintaining efficient patient flow and minimizing disruptions in care, requiring on-site support during business hours and a rapid response for repairs. Interested vendors should contact Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details, and must adhere to the solicitation requirements outlined in document 36C25026Q0167.
    Blueprint Print Software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Eustis, is seeking sole source professional maintenance services for the proprietary Blueprint print software from PHAROS. This software is critical for all printer functions and is currently malfunctioning, leading to significant work stoppages and security compliance risks. The maintenance services are essential to restore full functionality, administrative reporting, and ensure cyber compliance, with the work to be completed over three consecutive days before the end of the calendar year. Interested parties can contact Stephanie M. Doutt at stephanie.m.doutt.civ@army.mil or William M. Jaeger at william.m.jaeger.civ@army.mil for further details.
    MicroFocus Fortify Software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    66--FLOWMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture or refurbishment of flowmeters, classified under NAICS code 334514. The procurement aims to fulfill critical requirements for liquid and gas flow measurement instruments, which are essential for various defense applications. The contract will include specific quality assurance measures and compliance with military standards, with a focus on timely delivery and adherence to national defense priorities. Interested vendors can reach out to Jordan Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, and must ensure all submissions are made in accordance with the outlined specifications and deadlines.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    F5 Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.
    Cybersecurity Operations Facility
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    IBM Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a firm-fixed-price order for the renewal of maintenance services for IBM software utilized by the U.S. Army Human Resources Command (HRC) at Fort Knox, Kentucky. This procurement is essential for ensuring continued access to software maintenance services and updates, as IBM is the sole provider of these services, which are critical for the operational efficiency of the HRC. Interested vendors should note that the primary contact for this opportunity is JoDeen M. Cuffe, Contracting Officer, who can be reached at jodeen.m.cuffe.civ@army.mil or by phone at 502-624-3513. Additionally, Anthony Johnson is available as a secondary contact at anthony.h.johnson.civ@army.mil or 502-624-8158.
    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.