Intent to Sole Source: Implan Software Subscription
ID: 12FPC225ImplanType: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

PSC

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

    The U.S. Department of Agriculture (USDA) intends to award a sole source contract to IMPLAN GROUP LLC for the acquisition of an updated Input-Output Modeling System (IOMS) and Impact Analysis for Planning (IMPLAN) software. This software is critical for providing comprehensive economic data and analysis, which supports the USDA's mission to enhance the sustainability and productivity of U.S. agriculture. IMPLAN has been established as the sole product capable of meeting these specific needs, having been developed over 50 years and utilized by multiple USDA agencies. Interested parties may submit evidence demonstrating that competition would be advantageous to the government, with responses due by 12:00 PM (EST) on April 28, 2025. For inquiries, contact Joel Miro-Marquez at joel.miro-marquez@usda.gov or Juan Rodriguez at Juan.Rodriguez9@usda.gov. The estimated acquisition cost for this contract is $135,061 for a one-year period of performance from May 2025 to May 2026.

    Point(s) of Contact
    Joel M Miro-Marquez
    joel.miro-marquez@usda.gov
    Files
    Title
    Posted
    The document outlines a Limited Source/Brand Name Justification by the United States Department of Agriculture (USDA) for acquiring the IMPLAN Input-Output Modeling System (IOMS) software. This software, essential for economic data analysis, supports various USDA agencies in assessing the economic impacts of their programs. IMPLAN is identified as the sole source provider due to its unique capabilities developed over decades, following the Rural Development Act of 1972, which mandates enhancement of economic modeling within the USDA. Comprehensive market research conducted confirmed IMPLAN as the only suitable option, reinforcing its exclusive role in the USDA's economic analyses. The estimated cost for the acquisition is $135,061 for a one-year period beginning May 10, 2025. The justification is signed by Dr. Bruce McWilliams, affirming its accuracy and adherence to federal regulations. This document serves to formally validate the decision to limit competition and secure the necessary software critical for fulfilling the USDA's mission regarding sustainable agricultural practices.
    The U.S. Department of Agriculture (USDA) is justifying a limited source acquisition for the updated version of the Input-Output Modeling System (IOMS) through IMPLAN software. This software is essential for providing comprehensive economic data and analysis to support various USDA agencies, ensuring accurate assessments of economic impacts related to agricultural programs. IMPLAN has been established as the sole product capable of meeting these needs, following over 50 years of development, and is utilized by multiple USDA agencies. The justification cites a peer review that confirmed IMPLAN as the only solution, and it reiterates the sole sourcing from IMPLAN Group LLC, as they retain exclusive rights to the software and databases. Market research conducted in March 2025 reaffirmed IMPLAN's status as a unique product, with an estimated acquisition cost of $135,061 for a one-year period of performance, from May 2025 to May 2026. The document concludes with certifications affirming the accuracy of the justification and the necessity for limiting competition.
    The USDA's Farm Production and Conservation Business Center (FPAC-BC) intends to award a sole source contract to IMPLAN GROUP LLC for the acquisition of an updated Input-Output Modeling System (IOMS) and Impact Analysis for Planning (IMPLAN) software. This software is vital for providing comprehensive economic data and analysis, supporting the agency's mission to enhance the sustainability and productivity of U.S. agriculture. The notice emphasizes that interested parties may respond with evidence demonstrating that competition would benefit the government, although this synopsis is not a formal request for bids. Responses must outline technical capabilities and pricing, with no contracts awarded based solely on such responses. Queries can be directed to specified USDA contacts by the deadline of April 28, 2025. This document serves to inform and solicit potential competition while clarifying that the government is focused on a specific supplier for specialized software needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    Software License for the Comforte Secure Terminal Emulation Package for the USDA, AMS, Cotton & Tobacco Program
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure a software license for the Comforte Secure Terminal Emulation Package for its Agricultural Marketing Service Cotton & Tobacco Program. This procurement involves an annual license fee for the proprietary CERS J6530 software, which is essential for accessing cotton classification data and is exclusively available from ComForte, Inc., the sole vendor capable of providing necessary support and updates. The total estimated cost for this license is $25,198.45, with a performance period running from January 1, 2023, to December 31, 2023. Interested parties can reach out to Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811 for further information.
    USDA FY26 Annual Forecast
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is announcing its Fiscal Year 2026 Annual Forecast, detailing the general categories of supplies and services anticipated for procurement. This forecast includes a wide range of acquisitions across various USDA Mission Areas, such as Farm Production and Conservation, Food Safety and Inspection Service, and Rural Development, among others. The USDA will procure items that may include IT and telecommunications, agricultural supplies, construction, research and development, and professional services, with specific details to be provided in individual solicitations. For further information, interested parties can contact Crissy Taber at Crystal.Taber@usda.gov, and all acquisitions exceeding $25,000 will be advertised on the System for Award Management (SAM) website.
    Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I), effective May 7, 2025. This solicitation outlines the updated contract clauses and provisions for vendors interested in supplying commodities for international food assistance programs, emphasizing the importance of compliance with the Federal Acquisition Regulation (FAR) and Agricultural Acquisition Regulations (AGAR). The MSCP-I serves as a critical resource for potential bidders, detailing qualification processes, delivery instructions, and payment procedures, ensuring that vendors understand the requirements for successful contract awards. Interested parties can find more information and guidelines on the USDA's website at www.ams.usda.gov/commodity-procurement.
    Updated Master Solicitation for Commodity Procurements - International Programs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I), which will be applicable for solicitations issued on or after September 11, 2025. This solicitation outlines the contractual framework for international food assistance purchases, emphasizing compliance with updated FAR and AGAR clauses, including provisions related to delivery instructions, regulatory requirements, and penalties for non-compliance. The procurement is crucial for ensuring that commodities meet the "all-products-of-the-United-States" requirement and that bidders understand the solicitation and bid submission processes through the WBSCM system. Interested vendors can reach out to Valerie Dinkel at Valerie.Dinkel@usda.gov for further information, and they are encouraged to visit the USDA's commodity procurement website for additional details.
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services during the transition to a new competitively awarded contract, specifically for the Olympia Agile Release Train. The bridge contract, valued as a firm fixed-price task order, will be executed with TSPi for a base period of six weeks, from January 17, 2023, to February 27, 2023, replacing the expiring services under call order 12314421F0779. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or call 970-295-5694 for further details.
    Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I), effective March 20, 2025. This solicitation outlines the framework for procuring agricultural commodities for U.S. Government international food assistance programs, emphasizing compliance with the Federal Acquisition Regulation (FAR) and recent executive orders, including updated clauses on greenhouse gas emissions and equal opportunity. The MSCP-I serves as a critical guide for bidders involved in programs such as Food for Peace and McGovern-Dole Food for Education, ensuring that all commodities originate from the U.S. and meet stringent quality assurance standards. Interested vendors can find more information and submission requirements on the USDA's website at www.ams.usda.gov/commodity-procurement.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
    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.
    Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I), effective September 29, 2025. This solicitation outlines the contractual framework for international food assistance purchases, incorporating updated FAR provisions and mandatory clauses related to Anti-Discrimination and Diversity, Equity, and Inclusion (DEI). The MSCP-I is essential for vendors interested in supplying commodities to the USDA, ensuring compliance with federal regulations and efficient procurement processes aligned with U.S. government food assistance programs. Interested parties can reach out to Valerie Dinkel at Valerie.Dinkel@usda.gov for further information, and additional details can be found on the USDA's commodity procurement website.