Notice of Intent to Sole Source
ID: 832572495Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

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

    The Defense Information Systems Agency (DISA) intends to negotiate a sole-source contract with Economic Research Institute (ERI), Inc. for the renewal of its Salary Assessor software, which is critical for accessing reliable salary data necessary for evaluating contractor cost proposals. This software is uniquely provided by ERI, the sole authorized vendor, justifying the sole-source action under 10 USC 2304 (c)(1), as no other alternatives meet DISA's specific requirements. The anticipated firm fixed-price contract, numbered HC1028-24-P0054, is set for the period from August 31, 2024, to August 30, 2025, and interested companies must submit their capability statements within 10 days, although this will not lead to a competitive bidding process. For further inquiries, interested parties can contact Jacob Brauer at jacob.m.brauer.civ@mail.mil or Danielle M. Schwend at danielle.m.schwend.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Information Systems Agency (DISA) intends to negotiate a sole-source contract with Economic Research Institute (ERI), Inc. for the renewal of its Salary Assessor software. This software is essential for DISA to access reliable and consistent salary data, which is necessary for reviewing cost proposals from contractors. ERI is the sole authorized provider, and there are no other resellers or alternatives that meet DISA’s requirements, justifying this sole-source action under 10 USC 2304 (c)(1). Companies interested in the opportunity must submit their capability statement within 10 days, although submissions will not lead to a competitive bid. The anticipated contract, numbered HC1028-24-P0054, is a firm fixed price agreement set for the period from August 31, 2024, to August 30, 2025, with ERI being identified as a small business. Points of contact for this notice include Jacob Brauer and Danielle Schwend. This notice underscores DISA's reliance on ERI's unique services in the realm of salary data management.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Justification for Other than Full and Open Competition - Euromoney Global Ltd. Datasets
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to establish a sole-source contract with Euromoney Global Limited for the acquisition of two annual datasets that provide critical insights into companies and facilities involved in the production of strategic materials worldwide. This procurement is essential for the DLA Strategic Materials to fulfill its responsibilities related to the National Defense Stockpile, as Euromoney is the only source with the necessary licensing agreements to access unique databases covering over 40 strategic materials and thousands of related companies. The estimated value of this contract is $306,150, and a "Notice of Intent to Sole Source" has been published on SAM.gov, which received no responses, confirming the absence of alternative sources. Interested parties can contact David Kim at david.kim@dla.mil or 703-223-1934 for further information.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    Notice of Sole Source
    Commerce, Department Of
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    SOLE SOURCE – SOFTWARE LICENSES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – BRAND NAME ONLY - Z2 DATA SCRM/PARTS DATABASE PART RISK MANAGER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source brand name solution for the Z2 Data Supply Chain Risk Management (SCRM) Parts Database, which includes a Part Risk Manager. This procurement is justified as a sole source due to the specific requirements and capabilities of the brand name product, which are critical for managing supply chain risks effectively. The services and software being sought are essential for enhancing the Navy's operational readiness and ensuring the integrity of its supply chains. Interested vendors can reach out to Kelli Beasley at kelli.l.beasley.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent to Award Sole Source
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Environmental Management Consolidated Business Center (EMCBC), intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for proprietary software and services. This contract will cover a 12-month subscription that includes maintenance for ArcGIS Enterprise Standard, ArcGIS Enterprise Professional Plus User Type, and ArcGIS Pro Extensions, which are critical for the DOE's environmental management operations. The acquisition is justified under FAR 6.302-1, as ESRI is deemed the only responsible source for these specialized services. Interested parties may submit responses regarding the feasibility of future competitive procurements via email to Rudi Sotlar at rudi.sotlar@emcbc.doe.gov by December 23, 2025, at 5:00 PM ET, as no solicitation will be publicly posted.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    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.