D--VISIX SOFTWARE AND SERVICE SUPPORT
ID: 140R8125Q0038Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a single-source federal contract for VISIX Software and Service Support. This procurement aims to upgrade and replace media displays with the necessary VISIX software and equipment, as the government believes that only VISIX, Inc. can fulfill these specific requirements. The services are critical for maintaining effective communication and information dissemination within the Bureau's operations. Interested firms that believe they possess the technical capability to meet this need are encouraged to submit a technical capability statement and business profile to Robert Shedrick at rshedrick@usbr.gov within five days of this notice, as this opportunity is not a solicitation for proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 15 units of a specific DISPLAY UNIT from CUBIC DEFENSE APPLICATIONS, INC. This procurement is being conducted on a sole source basis due to the unique nature of the item, which is the only known source capable of providing the required support, as the government does not possess the necessary data to source it from other suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    Intent to Sole Source - Cube-Tec System Replacement
    Library Of Congress
    The Library of Congress is seeking to replace its existing Cube-Tec systems at the Culpeper facility, specifically the CubeWorkFlow, Dobbin, and Quadriga Systems, while also acquiring an additional Cube-Tec CD-Inspector appliance to enhance functionality for the NAVCC/Recorded Sound collection. This procurement is intended to be fulfilled through a sole source contract awarded to Cube-Tec, Inc., as they are the original equipment manufacturer and possess the necessary expertise to meet the Library's requirements. The services and equipment are critical for maintaining and preserving audio-visual materials, which are vital to the Library's mission. Interested vendors must submit a capability statement, not exceeding five double-spaced pages, detailing their qualifications by the specified deadline, with inquiries directed to Brian D. Curl at bcurl@loc.gov or James Robinson at jarobinson@loc.gov.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    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.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    DA10--MedBridge Rehabilitation Resource VISN1 Library FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Medbridge Inc. for a one-year subscription to the Medbridge Rehabilitation Resource Platform, specifically for its VISN 1 network. This procurement aims to provide essential tools for physical, occupational, and speech-language therapists, including continuing education resources, patient engagement content, and customized exercise videos accessible via mobile devices. The Medbridge platform is deemed critical as it uniquely meets the VA's requirements for content, presentation, certification preparation, and patient engagement features, with the contract period set from December 11, 2025, to December 10, 2026. Interested parties capable of providing the required subscription are encouraged to express their interest by December 22, 2025, and can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or by phone at 802-295-9363 for further information.
    Internal Resource Management Application – Enterprise Resource Database Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.