WireScreen Software License Subscriptions
ID: BS0730251242Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

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

    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source contract to Wire Digital Inc. for WireScreen Software License Subscriptions. This procurement aims to acquire software licenses that will enable the Defense Innovation Unit to analyze and monitor risks associated with Chinese corporate entities, enhancing the understanding of beneficial ownership and foreign influence on emerging technologies. The WireScreen platform is critical for illuminating connections among over a million Chinese government-linked corporations, thereby addressing significant gaps in data that could impact national security. Interested parties may express their capabilities by emailing whs.mc-alex.ad.mbx.ks@mail.mil by 10:00 A.M. EST on August 6, 2025, although this notice does not constitute a request for proposals or quotations.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    CST STUDIO SUITE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Notice of Intent to Award a Sole Source Contract for Joint All Domain Warfighting Software (JAWS) to Systems and Technology Research LLC
    Buyer not available
    The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), intends to award a sole source contract to Systems and Technology Research LLC for the Joint All Domain Warfighting Software (JAWS). This procurement aims to enhance military capabilities by developing advanced software solutions that integrate various domains of warfare, thereby improving operational effectiveness. The JAWS initiative is critical for advancing national defense research and development, particularly in experimental military applications. Interested parties can direct inquiries to Marisa V. Meloney at marisa.meloney@darpa.mil or Jonathan Odom, Program Manager, at DARPA-SN-23-05@darpa.mil for further details.
    Internal Resource Management Application – Enterprise Resource Database Support
    Buyer not available
    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 TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    DATA SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Defense Science Board (DSB) Summer Study Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    WIRE, ROPE, ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a Commercial Indefinite Delivery Contract for the procurement of Wire, Rope, Assembly, under Solicitation Number SPE4A626RX268. The contract will have a base period of five years and will be evaluated based on price, past performance, and other factors as outlined in the solicitation. This procurement is crucial for maintaining operational readiness and support for military applications, with an estimated annual demand of 47 units and a minimum order quantity of 12. Interested parties should prepare to respond to the solicitation, which is expected to be released on November 25, 2025, and can be accessed via the DIBBS website. For inquiries, contact Herbert Davis at Herbert.Davis@dla.mil or call 445-737-7071.
    Synthesia Enterprise License
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for a Synthesia Enterprise License with Synthesia Limited. This procurement is aimed at acquiring software under the NAICS code 513210, which pertains to software publishers, and is critical for enhancing the Army's operational capabilities through advanced business application software. The government plans to proceed with this non-competitive award under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of their capability by 12:00 PM EST on December 10, 2025. For further inquiries, interested parties may contact Tyasia Oaks at tyasia.a.oaks.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.