17 TES Arcus Orchestration – Schriever SFB
ID: FA255025Q0022Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Other Computer Related Services (541519)

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 Air Force, is seeking a contractor to provide 25 licenses of Arcus Orchestration software for the 17th Test Evaluation Squadron (17 TES) at Schriever Space Force Base in Colorado. The contractor is required to maintain existing coding and infrastructure while ensuring a seamless transition to the new licenses without data loss. This procurement is critical for the operational capabilities of the 17 TES, as the Arcus Orchestration software is essential for their testing and evaluation processes. Interested small businesses must submit their quotes by April 17, 2025, at 1:00 PM MT, and can direct inquiries to SSgt Jake Pineiros at jake.pineiros@spaceforce.mil or Alejandro Castellanos at alejandro.castellanos@spaceforce.mil.

    Files
    Title
    Posted
    This document outlines a single source justification for procuring the Arcus orchestration product from Jackpine Technologies. After exhausting mandatory sources, an RFI was issued to assess availability and found no comparable products. Although multiple vendors responded, only one was an authorized reseller for the required Arcus part, and others failed to offer the specific package necessary. A subsequent sources sought posted on SAM.gov indicated potential interest from two companies, but doubts remain about their ability to migrate data without losses. Given these uncertainties and the risk of data inaccessibility after license expiration, the government seeks a brand name justification to procure Arcus, anticipating competition from Jackpine and another firm, FCN. To prevent future single-source awards, the government commits to ongoing technology evaluation and market research to identify additional resellers. This process aims to ensure compatibility and interoperability based on organizational needs. A contracting officer determined that only a single source is reasonably available following FAR guidelines. The document reflects the government's strategy to secure essential software while monitoring market dynamics for future procurement opportunities.
    The document FA255025Q0025 outlines a series of clauses and provisions incorporated by reference, critical for government procurement processes involving Department of Defense (DoD) contracts. It includes requirements related to the compensation for former DoD officials, whistleblower rights, and compliance with telecommunications regulations. Noteworthy clauses address the prohibition of products sourced from specific regions such as the Xinjiang Uyghur Autonomous Region and business dealings with the Maduro regime. Additionally, it stipulates requirements for unique identification and valuation of items delivered under contracts, payment instructions via the Wide Area WorkFlow (WAWF), and evaluation criteria for proposals. This comprehensive compilation emphasizes the government's commitment to transparency, accountability, and adherence to standards in procurement, ensuring that contractors meet ethical and legal obligations while fostering opportunities for small and disadvantaged businesses. The document serves as a guideline for contractors to navigate the federal procurement landscape effectively, highlighting critical compliance standards and fostering a level playing field for competitive bidding and contract awards.
    The government document outlines supplemental clauses for a U.S. Space Force acquisition referenced as FA255024Q0005. It details the role of an appointed ombudsman, who facilitates conflict resolution for offerors and potential offerors, emphasizing confidentiality and the need to address concerns initially with the contracting officer. The document also establishes stipulations regarding the prohibition of Class I ozone-depleting substances in services and products provided under the contract. Contractors are explicitly barred from using or referencing any Class I ozone-depleting substances, which include various halons and chlorofluorocarbons. This clause signifies the government's commitment to environmental sustainability and compliance with regulations surrounding ozone-depleting materials. Compliance with these requirements is crucial for maintaining eligibility to participate in contracts with the Department of the Air Force and the U.S. Space Force.
    The document is a combined synopsis/solicitation for the procurement of 25 licenses of Arcus Orchestration software for the 17th Test Evaluation Squadron (17 TES) at Schriever Space Force Base. The solicitation number is FA255025Q0022, issued on April 15, 2025, with a response deadline of April 17, 2025, by 1:00 PM MT. This is a Request For Quotation (RFQ) and is set aside exclusively for small businesses, as indicated by the NAICS code 541519. The contract will be a Firm-Fixed Price (FFP) agreement, meaning that the price is set and not subject to change. Vendors must submit quotes through SAM.gov and provide specific documentation, including contact information and compliance with financial responsibility criteria. The award will be based primarily on price and technical acceptability, with the government favoring the lowest priced offer that meets their requirements. The evaluation process will identify offers based on discernible value indicators, and the government may choose to make an award without further negotiations. Overall, this solicitation outlines the requirements for acquiring specialized software while ensuring adherence to procurement regulations and small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    Aerospace Readiness Enterprise System (ARES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES), a next-generation enterprise solution aimed at modernizing aircrew scheduling, standardization and evaluation (stan/eval), and training management. The ARES initiative seeks to replace outdated systems such as Patriot Excalibur (PEX), Puckboard, and Graduate/Training Integration Management System (G/TIMS) by providing a unified, cloud-based platform that enhances operational readiness and efficiency across various Air Force commands. The selected prototype must be developed within 90 days of contract award, with a total funding amount of $500,000, and will be evaluated based on its ability to meet specified functional and non-functional requirements. Interested parties can direct inquiries to Lauren Cheslofska or Leonardo Dominguez via their provided email addresses, with questions accepted until December 19, 2025.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Scope Add
    Dept Of Defense
    The Department of Defense, through the United States Space Force Space Systems Command (SSC), is preparing to issue a solicitation for Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Services. This procurement aims to ensure the uninterrupted continuation of critical support functions, including Development Security Operations, Cybersecurity, Physical Security, and Infrastructure Enhancements, which were not adequately addressed in the original contract. The transition-out phase is essential for transferring these vital activities to the prime BOSS awardee, ensuring effective execution of services. Interested parties may direct inquiries to Capt. Phillip Nguyen at phillip.nguyen.2@spaceforce.mil, with the solicitation expected to be issued no sooner than 15 days following this notice.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.