Comptroller XML Exhibits Tool
ID: AR11292024133202Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Washington Headquarters Services, intends to award a sole source contract to Masslight, Inc. for the maintenance and specialized development of the Comptroller XML Exhibits (CXE) tool. This tool is critical for the Office of the Under Secretary of Defense, Comptroller, and the Defense Technical Information Center, as it facilitates the preparation, standardization, and submission of detailed budget information to Congress. The contract, which will run from June 30, 2025, to June 29, 2027, encompasses a range of support services including administration, cybersecurity, and program advisory services, aimed at assisting the OUSD(C) in achieving its objectives. Interested parties can reach out to Jimmie Toloumu at jimmie.j.toloumu.civ@mail.mil or 571-232-8259 for further inquiries.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Annual Renewal for Maintenance, Development, and Support Services of ETSD's Online Publication Tracking and Reporting Publication
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for maintenance, development, and support services related to the Online Publication Application of the Engineering and Technology Support Division (ETSD). The procurement will involve onsite and remote services, including website, application, and database management, as well as API development, for a duration of 12 months. This contract is crucial for ensuring the continued functionality and support of ETSD's publication tracking and reporting system. Interested parties may express their capabilities to compete for this opportunity, referencing Notice of Intent number N00173-25-Q-1301243336, with responses considered solely for determining the necessity of a competitive procurement. For inquiries, contact Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579.
NOTICE OF INTENT TO AWARD SINGLE SOURCE to PLEXSYS Interface Products, Inc. for Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems software support.
Buyer not available
The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER) in Alaska, intends to award a single-source contract to PLEXSYS Interface Products, Inc. for software support of the Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems. This procurement aims to secure proprietary software support, unique troubleshooting capabilities, and system-trained technicians necessary for the maintenance and software updates of the ASCOT and DLI systems, which are critical for military training operations. The contract will cover one year of support from June 1, 2025, to May 31, 2026, with an option for an additional year, and is expected to be awarded on May 31, 2025. Interested parties may submit capability statements by April 24, 2025, to Jason P. Topick at jason.topick.1@us.af.mil, with specific guidelines for submission outlined in the notice.
NOTICE OF INTENT TO SOLE SOURCE -- Standard Service Contract Subscription for maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and integrated Haskris WW2 water chiller
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking to award a sole-source contract for a three-year Standard Service Contract Subscription for the maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and an integrated Haskris WW2 water chiller. The contract, numbered W911QX-25-Q-0096, will be awarded to Rigaku Americas Corporation, emphasizing the importance of maintaining specialized equipment critical for research and development operations within national defense initiatives. Interested parties should note that responses are due five business days after posting, with the expected contract start date set for May 1, 2025. For further inquiries, contact Melissa M Murphy at melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.
TrackEye Maintenance, Services and Updates Follow-On
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a Sole Source Firm-Fixed Price contract to Image Systems TrackEye Inc. for the maintenance, services, and updates of the TrackEye motion analysis software, which supports the Atlantic Test Range Photogrammetrics Division in Patuxent River, Maryland. This procurement is essential as Image Systems TrackEye Inc. is the sole recognized provider of the software and hardware, ensuring continuity of services without disruption, given that no other contractor can meet the Government's requirements in a timely manner. Interested parties are advised that this notice is for informational purposes only, and there are no commitments from the Government to issue solicitations or awards; inquiries can be directed to Kelly Abrams at kelly.l.abrams.civ@us.navy.mil or Candice Byrd at candice.d.byrd4.civ@us.navy.mil.
Sole Source for Engineering Support for the Washington Interagency VLBI Correlator
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking engineering support services for the Washington Interagency Very Long Baseline Interferometry (VLBI) Correlator, with the contract intended for the Massachusetts Institute of Technology (MIT) on a sole-source basis. The procurement aims to enhance the U.S. Naval Observatory's capabilities by providing software support for correlators, assistance with electronic VLBI capabilities, data storage and validation, and upgrades to the Mark6 operating systems, all critical for processing geodetic VLBI data and ensuring national security. This initiative is vital for maintaining the integrity of celestial and terrestrial reference frames, with the contract set to run from May 1, 2025, to April 30, 2026. Interested parties may submit proposals, but the contract will not be competitively bid; for further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
Annual Subscription Renewal to CoStar Database
Buyer not available
The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, intends to award a sole source contract for the annual subscription renewal to the CoStar Database, which provides access to a proprietary database of verified commercial real estate transactions. This procurement is essential for supporting the effectiveness of NAVFAC Appraisers by ensuring they have comprehensive nationwide coverage of all real estate segments. The anticipated award date for this contract is May 1, 2025, and interested parties may submit a statement of capabilities by 2:00 PM EDT on April 25, 2025, if they believe competitive procurement would benefit the Government. For further inquiries, interested parties can contact Taylor Povich at taylor.j.povich.civ@us.navy.mil.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.