CACmd DNN Content Management System License
ID: W91QF425QA035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the renewal of the DNN Customer Cloud EVOQ Content Management System License at Fort Leavenworth, Kansas. This procurement involves a Tier 1 DNN Evoq Customer Cloud Content Production License, which supports up to 250,000 page views per month and includes standard-level support, with a contract period from September 23, 2025, to September 22, 2026. The license is crucial for managing digital content effectively within government operations, ensuring robust security and user management capabilities. Interested small businesses, particularly those that are women-owned, must submit their quotes by August 15, 2025, and can direct inquiries to Christopher A. Barnes or Ana Milena Fandino-Lyman via the provided contact information.

    Files
    Title
    Posted
    The document outlines the minimum salient characteristics required for a Content Management System (CMS) intended for government use through RFPs and grants. Key features include seamless content and document management suited for varied users, robust security capabilities allowing for user group sorting, encryption, and bug tracking, along with multi-user management for assigning custom roles and expanding content teams. The CMS must support multisite functionality for centralized content management and offer mobile website templates responsive across different platforms. Additionally, the integration of social networking capabilities, extensive customization options, and provisions for unlimited developer instances without extra costs are highlighted. Collectively, these characteristics emphasize the need for a flexible, secure, and user-friendly CMS that can efficiently cater to the diverse content management needs of government entities while supporting innovation and collaboration.
    The document details the responsibilities and procedures governing a contract administered by the Contracting Officer at Fort Leavenworth. The Contracting Officer is the sole authority for any contractual modifications, and all contractual communications must be directed to specified government officials. Furthermore, contractors must comply with Force Protection measures at military installations, ensuring adequate vetting for employees needing access. The document outlines the necessary identification requirements for contractor personnel and stipulates that contractors maintain professional conduct at all times while ensuring their employees are drug-free and behave suitably. Additionally, it specifies working hours, legal holidays, Austin sales and use tax exemption processes, advertising regulations on contractor vehicles, and clear guidelines on packaging, labeling, and communication concerning task orders. The overarching purpose of this file is to establish clear contractual expectations and requirements for contractors involved in government projects, ensuring adherence to security, legal, and operational protocols.
    The document outlines a solicitation for services and products specifically targeted at Women-Owned Small Businesses (WOSB) and includes a Request for Quote (RFQ) related to a contract for the renewal of the DNN Customer Cloud EVOQ Content License. The primary requisition number is W91QF425QA035, with an award amount of $47 million. The offer is due on August 15, 2025. The details specify contract stipulations such as inspection, acceptance, and delivery at Fort Leavenworth, KS. The license supports up to 250,000 page views monthly and includes multiple option years for renewal, indicating a long-term service commitment. Accompanying clauses emphasize compliance with federal regulations and payment terms. Ultimately, the document serves as an official solicitation, emphasizing support for small and disadvantaged businesses in federal contracting while aiming to streamline the process of acquiring essential services and products for government use.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DOCUMENTUM D2, HRC, FORT KNOX, KY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking procurement for Documentum and Documentum D2-Plus Pack perpetual software licenses to support the Army Recruiting Information Support System (ARISS) at Fort Knox, Kentucky. This software is crucial for forms processing within the Army's Accessioning Mission and operates on the Recruiting Services Network (RSN). The justification for this procurement has been redacted and is posted as required, emphasizing the importance of these licenses in facilitating recruitment operations. Interested parties can reach out to JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil or by phone at 502-624-3513 for further details.
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    Dell EMC Data Domain Maintenance Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the renewal of maintenance services for Dell EMC Data Domain systems. This procurement specifically requires brand name hardware and software components, including DD6900 NFS CIFS controllers, DD DS60 shelves, and various I/O modules, along with associated software licenses for Cloud Tier, DD Boost, and DD Replication. The maintenance services are crucial for ensuring the operational integrity and support of the Data Domain systems, with coverage scheduled from January 1, 2026, to December 31, 2026. Interested small businesses must submit their quotations and documentation proving their status as authorized distributors by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    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.
    Janes Customer Portal
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure subscriptions for the Janes Customer Portal, specifically for Equipment and News, under solicitation number N66604-26-Q-0014. This procurement is a sole-source, firm-fixed-price acquisition set aside for small businesses, requiring subscriptions for the period from January 1, 2026, to December 31, 2026, as Janes Group is recognized as a leading publisher of open-source defense intelligence critical for Navy research and operational advantage. Interested firms must submit a written response with a capability statement by October 15, 2025, at 6:00 PM EST, including item prices, shipping costs, and other relevant details, with active SAM registration required for participation. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    Sources Sought Notice - K-12 Data services digital platform USMA West Point
    Buyer not available
    The Department of Defense, through the U.S. Military Academy (USMA) Directorate of Admissions, is seeking small businesses to provide a K-12 data services digital platform aimed at enhancing recruitment strategies for qualified applicants. The contractor will be responsible for delivering comprehensive K-12 school data, market intelligence tools, and premium profile services, with key deliverables including initial data setup within 30 days, monthly insight reports, and quarterly strategy reviews. This procurement is crucial for leveraging data-driven strategies to identify and engage potential candidates nationwide. Interested small businesses must submit their responses by December 11, 2025, at 4 PM EST to Leslie Duron at leslie.a.duron.civ@army.mil, including the Sources Sought Notice ID (W911SD26QA003) in the subject line.
    USSOUTHCOM J2 EDA IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    ProjNet Bidder Inquiry Service Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.
    ED Diagnostic Unit
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of ED Diagnostic Units, specifically NSN: 2350-99-838-2125, with a total quantity of 12 units and an option for an additional 12 units. This procurement is a total small business set-aside, emphasizing the need for military-level packaging and compliance with specific delivery schedules, including origin inspection and acceptance. The ED Diagnostic Units are critical components for military armored vehicles, underscoring their importance in maintaining operational readiness. Proposals are due by December 8, 2025, and must be submitted via email to Contract Specialist Christa Langohr at christa.langohr@dla.mil, with further details available in the solicitation document.
    IBM Software Renewal
    Buyer not available
    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.