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
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 23, 2024, 12:00 AM UTC
  3. 3
    Due Dec 31, 2024, 10:00 PM UTC
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
7A21--VISN 8 HI-IQ Radiology Software
Buyer not available
The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), intends to award a Sole Source Firm-Fixed Price contract to ConexSys, LLC for the purchase and licensing rights of the HI-IQ Radiology Software for VISN 08 locations. This specialized software is essential for quality assurance, patient tracking, and inventory management, and is deemed the only solution that meets the proprietary requirements necessary for government-owned equipment. The decision to proceed with a sole source award is based on market research indicating that no alternative sources can fulfill these requirements without incurring unacceptable delays or costs. Interested parties may submit their capability statements and OEM Authorization Letters by April 4, 2025, to Todd Pappas at todd.pappas@va.gov, as this notice serves informational purposes and does not invite competitive bids.
D--DOI BIO FBMS Support RFI and Industry Day
Buyer not available
The Department of the Interior (DOI) is seeking market input through a Request for Information (RFI) regarding support services for its Financial and Business Management System (FBMS) and Business Integration Office (BIO). The procurement aims to identify qualified vendors capable of providing essential support services, including documentation, user assistance, and technical enhancements, to optimize the FBMS, which integrates various financial and management functions within the DOI. This initiative is crucial for the DOI's financial modernization and business process integration, ensuring compliance with federal standards and improving operational efficiency. Interested vendors are encouraged to submit their responses by April 24, 2025, and participate in the industry day scheduled for May 1, 2025, with inquiries directed to Heather Watroba at heatherwatroba@ibc.doi.gov or by phone at 703-964-3650.
C--BGNDRF YARD PIPING AND FLOW MEASUREMENT UPGRADES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Albuquerque Area Office, is seeking responses for a Sources Sought notice regarding upgrades to the Brackish Groundwater National Desalination Research Facility's yard piping and flow measurement systems. This initiative is a Two-Phase Design-Build project aimed at enhancing the facility's water infrastructure, which includes source water, potable water, and concentrate water systems, with a focus on achieving quality outcomes and life-cycle cost efficiency by June 2026. The estimated budget for this project ranges from $500,000 to $1 million, and interested contractors are encouraged to submit capabilities statements detailing their experience and qualifications by April 6, 2025. For further inquiries, potential respondents can contact Valerie Jiron at vjiron@usbr.gov or call 505-462-3658.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
J065--Notice of intent to sole source Excellence Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Par Excellence Systems Inc. for annual maintenance, support services, and software licenses related to weight-based inventory management systems utilized across Veterans Integrated Service Networks (VISN) 20. This procurement is necessary due to the proprietary nature of the systems, which limits competition as Par Excellence is the only source capable of providing the required services. Interested parties may submit capability statements, proposals, or quotations by 6 A.M. Pacific Time on April 7, 2025, to Contract Specialist Gregory Watson at Gregory.Watson2@va.gov. The NAICS code for this opportunity is 541990, with a large business size standard of $19.5 million, and the government will not incur costs for submitted information.
7A--Purchase proprietary Alden One software
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs' Western Region, is seeking to procure the proprietary Alden One software from Alden Systems, Inc. This software is intended to facilitate the San Carlos Irrigation Project (SCIP) in transitioning to a new mapping system while enhancing the management of utility pole attachments and improving revenue collection from unbilled attachments. The Alden One software will provide SCIP with real-time data crucial for reporting and tracking, ultimately contributing to a more predictable revenue stream. Interested firms may submit a capability statement and pricing by April 15, 2025, at 9:00 a.m. For inquiries, contact Randall Brown at Randall.Brown@bia.gov or call (520) 723-6208. The procurement is classified as a simplified acquisition, with a performance period of one base year plus four option years.
7A--Hydroacoustic Software
Buyer not available
The U.S. Geological Survey (USGS) is seeking to procure hydroacoustic software licenses, maintenance, and support from Echoview Software Pty Ltd. The procurement aims to secure upgraded versions of existing Echoview software licenses currently utilized by USGS, along with one year of maintenance and support to ensure data continuity and reliability for ongoing analyses. This proprietary software is critical for comparing historical data acquisition and processing, making Echoview the sole vendor capable of fulfilling these requirements. Interested parties may submit capability statements via email to Joahnne Ongjoco at jongjoco@usgs.gov by April 7, 2025, at 12:00 PM Eastern; no hardcopy submissions will be accepted.
AutoCAD AutoDesk AEC
Buyer not available
The Department of the Interior, through its Interior Business Center's Acquisition Services Directorate, is seeking proposals for the renewal of Autodesk software subscription licenses and online training services, specifically targeting small businesses under the NASA SEWP V contract. The procurement aims to enhance IT operations by providing necessary software tools, including the Autodesk Architecture, Engineering, and Construction (AEC) Collection, which encompasses AutoCAD and Revit applications. The contract will follow a firm-fixed pricing structure for multiple license renewals and training offerings, with a performance period set from May 26, 2025, to May 25, 2026. Interested vendors can reach out to Vanessa Barreto at VANESSABARRETO@IBC.DOI.GOV or call 703-964-3694 for further details.
Notice of Intent to Sole Source Immersive Studio Software Licenses
Buyer not available
The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source, firm-fixed-price contract to Echo Healthcare Inc. for Immersive Studio software licenses and a warranty for the immersive projection screen. This procurement is essential for USU to provide its students with necessary training and support military medical readiness, including access to Immersive Studio’s API and content library, as well as ten software user accounts. Interested parties may submit proposals demonstrating the potential benefits of competitive procurement, although the government will not cover any associated costs, and responses must be submitted via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
DIGITAL SONAR SYSTEM
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Geological Survey, is seeking quotes for a Digital Sonar System to enhance hydrographic survey capabilities at the Upper Midwest Environmental Sciences Center. The procurement aims to replace the obsolete Norbit iWBMSc multibeam system with a new sonar system (PING 3DSS-iDX-PRO) and associated software training, which will significantly improve data collection in shallow water surveys, particularly in depths below two meters. This initiative underscores the government's commitment to advancing environmental research through updated technological resources, and it is set aside for small businesses under NAICS code 334519. Interested vendors must submit their quotes and any inquiries to Travis Herberholz at therberholz@usgs.gov, adhering to the guidelines outlined in the solicitation by the specified deadline.