Notice of Intent to Award ESRI ArcGIS Server License
ID: FA461324Q1065Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the 90th Contracting Squadron at F.E. Warren AFB in Wyoming, intends to award a sole source contract for ESRI ArcGIS Server licenses to Environmental Systems Research Institute, Inc. (ESRI). The procurement includes two ArcGIS Online Professional Annual Subscriptions, two Pro Extensions, one GeoEvent Server Annual Subscription, and one Enterprise Standard Annual Subscription, which are critical for the 90th Security Forces Group to implement a GPS Tracking System for real-time vehicle tracking capabilities. This acquisition is justified under 10 USC 3204(a)(1) and FAR 6.302-1, as ESRI is the exclusive provider of the necessary licenses, and no alternative sources were found to meet the requirements. Interested parties may submit their capabilities in writing to the primary contact, Brandon Bartlett, at brandon.bartlett.2@us.af.mil by 2:00 PM Mountain Time on September 17, 2024.

    Files
    Title
    Posted
    The 90th Contracting Squadron is seeking to purchase specific ESRI ArcGIS licenses to support their operational needs. The request includes two ESRI ArcGIS Online Professional Annual Subscriptions, two Pro Extensions, one GeoEvent Server Annual Subscription, and one Enterprise Standard Annual Subscription. Justification for selecting a single source provider is based on ESRI being the exclusive vendor of ArcGIS licenses, which are essential for software activation. Despite a search through GSA listings, alternative purchasing options were not feasible as ESRI was identified as the only source meeting the requirements. The contracting officer concluded that the circumstances warranted a single source acquisition as outlined in FAR 13.106-1(b)(1). Measures to encourage competition for future contracts will be explored, ensuring compliance with federal procurement regulations. This procurement illustrates the specific needs of governmental agencies for specialized software and the stringent sourcing processes that govern such acquisitions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    ARGUS Database Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the maintenance of the ARGUS Microsoft Access database to Frederick Kydd McMahon DBA Final Approach Dashboards. The contractor must possess extensive experience in maintaining the ARGUS database, particularly within the Air Force Reserve Command (AFRC) flying training pipeline, and be capable of providing support within three days of contract award. This database is critical for managing essential mission needs related to aircrew training, including tracking student information, training timelines, and graduation statistics. Interested parties must express their interest and capability by 12:00 PM Central on September 20, 2024, as this notice is not a request for competitive quotes. For further inquiries, contact Michelle Watkins at michelle.watkins.4@us.af.mil.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Elsevier SciVal Grants Module
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Lab (AFRL/PZLET) at Wright-Patterson AFB, Ohio, intends to award a single-source purchase order for a subscription to the Elsevier SciVal Grants Module. This procurement is authorized under FAR 13.106-1(b)(1)(i) and is aimed at enhancing the management of federal grants and RFPs through the utilization of this specialized tool. The subscription period is set from September 15, 2024, to March 14, 2025, reflecting the importance of this technology in streamlining grant processes. Interested parties are invited to submit responses by September 20, 2024, at 1:00 PM EDT, to the primary contact, Benjamin Spencer, at benjamin.spencer.8@us.af.mil, ensuring that the email subject line reads “Elsevier SciVal Grants Module Subscription” to avoid filtering issues.
    Notice of Intent for Sole-source Action: EMR Curriculum Materials
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to negotiate a sole-source contract for the procurement of Emergency Medical Responder and Emergency Care and Transport curriculum materials. The government requires 300 units of the "Emergency Medical Responder 7th Edition Premier - Fisdap Bundle" and 457 units of the "Emergency Care and Transport 12th Edition Premier with Fisdap Bundle," which are essential for training emergency medical responders. The sole-source provider identified for these materials is Jones & Bartlett Learning, located in Burlington, Massachusetts, as they are the only known commercial entity capable of fulfilling this requirement. Interested parties may submit capability statements or quotations for consideration, with responses due by the specified deadline, and the anticipated award date is on or before September 30, 2024. For inquiries, contact David Woodford at david.woodford.2@us.af.mil.
    GeoNetwork Enterprise Support Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking to award a sole source contract to GeoCat B.V. for Enterprise Product Support of its National Agricultural Library (NAL) GeoData applications utilizing the GeoNetwork platform. The primary objective of this procurement is to enhance maintenance, operational efficiency, and cybersecurity compliance for the GeoNetwork applications, which are critical for the USDA's research and information-sharing missions. The total estimated cost for the support over a three-year period is $189,000, and interested parties must submit their responses to the primary contact, Katelyn Nelson, at katelyn.nelson@usda.gov within five calendar days of this notice. The contract will include a base year and two one-year options, with strict adherence to federal accessibility standards and cybersecurity requirements.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.