Notice of Intent: HCL Software DoD ESI BPA Contract Holders
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYUSMC

NAICS

Software Publishers (513210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the United States Marine Corps (USMC), intends to issue a limited-source procurement for the renewal of software subscription and support for HCL BigFix Patch under the DoD Enterprise Software Initiative (ESI) Blanket Purchase Agreement (BPA). This procurement is exclusively available to HCL contract holders and their authorized dealers, ensuring compliance with federal procurement standards for software and IT services. The USMC Regional Contracting Office plans to award this requirement under FAR 8.405-6(c), with responses due by July 18, 2025, at 08:00 a.m. Eastern Time. Interested parties may submit capability statements or quotations to Ana Rosa Manavi at anarosa.manavi@usmc.mil for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    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.
    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.
    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.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Red Hat Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to procure brand-name maintenance support for Red Hat (RH) software to ensure continued operational effectiveness of its managed systems at the C5ISC facility in Kearneysville, West Virginia. This procurement is essential for obtaining technical support, security patch updates, and software release updates for existing RH software, which is critical for maintaining security compliance across the USCG's network and cloud computing environments. The estimated cost for this annual software maintenance is $371, and the USCG plans to award a Firm-Fixed Price delivery order through authorized RH resellers on the NASA Solutions for Enterprise-Wide Procurement (SEWP) V contract vehicle. Interested parties can contact Leslie D. Lee at leslie.d.lee2@uscg.mil or Michael McFadden at Michael.A.McFadden@uscg.mil for further information.
    Non-Exchange Capable Cutters - Dell Hardware
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure brand name Dell hardware through a delivery order awarded under the Department Wide Acquisition Contract (DWAC). This procurement aims to acquire commercial Dell servers necessary for upgrading hardware that is nearing its End of Life (EOL) and End of Support (EOS), ensuring compliance with established security requirements for U.S. Coast Guard Cutter platforms. The selected hardware will play a critical role in maintaining operational capabilities and security standards. For further inquiries, interested parties can contact Ebone Newbon at ebone.m.newbon@uscg.mil or Richard J Murphy at richard.j.murphy@uscg.mil, with the procurement details being managed under a Firm Fixed Price (FFP) arrangement.
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    Hewlett-Packard (HP) Performance Management Software Toolset - Maintenance and Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, has awarded a task order for the maintenance and support of the Hewlett-Packard (HP) Performance Management Software Toolset. This procurement is part of a Limited Source Justification (LSJ) aimed at ensuring the continued functionality and support of critical IT and telecom business application software services. The task order is set to be performed at the Port Hueneme CBC Base in California, highlighting the importance of maintaining operational efficiency within military systems. For further inquiries, interested parties can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil.
    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.