Lexis Nexis INFORMATION/DATA COLLECTION SOFTWARE
ID: M00264-25-SSA-007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is seeking information from qualified vendors regarding a subscription for Lexis Nexis information and data collection software. The software must be web-based and capable of providing real-time access to an extensive database of public and proprietary records, which is crucial for the Marine Corps Installations' mission to locate next of kin for service members who are ill, injured, or deceased. This Sources Sought Announcement is intended for informational purposes only, and interested vendors are encouraged to submit their capabilities and relevant experience by November 22, 2022. For further inquiries, vendors may contact Gabrielle Woolfolk at gabrielle.r.woolfolk.civ@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.

    Files
    Title
    Posted
    The Marine Corps Installations, National Capital Region – Regional Contracting Office (MCINCR-RCO) is issuing a Sources Sought Announcement (SSA) on behalf of Headquarters Marine Corps, Marine and Family Programs Casualty Section (MFPC). MFPC is seeking information from industry on software subscriptions that can provide real-time updates and information for locating hard-to-find individuals. This system will assist MFPC in their mission to notify next of kin (NOK) for ill, injured, wounded, and deceased Marines, as well as locate NOK for service members unaccounted for from past conflicts. The required software should be web-based, offer live gateways to real-time data from an extensive database of public and proprietary records, allow for cross-linking of records, data analysis, and provide 24/7 customer service, technical support, and training. This SSA is for informational purposes only and is not a request for quotes or proposals. Interested vendors are asked to provide feedback on their capabilities, government experience, contract vehicles, and business size by November 22, 2022.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Subscription services to the legal research system: premium research platform Lexis+ TM
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking subscription services for the premium legal research platform Lexis+ TM. This procurement aims to provide essential legal research capabilities to support the agency's operations and decision-making processes. The Lexis+ TM platform is critical for accessing comprehensive legal resources, which are vital for the agency's compliance and regulatory functions. Interested vendors can reach out to Ani Tyler at ani.tyler@usda.gov or Nicole Green at nicole.green2@usda.gov for further details regarding this opportunity.
    SOLE SOURCE – BRAND NAME ONLY - Z2 DATA SCRM/PARTS DATABASE PART RISK MANAGER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source brand name solution for the Z2 Data Supply Chain Risk Management (SCRM) Parts Database, which includes a Part Risk Manager. This procurement is justified as a sole source due to the specific requirements and capabilities of the brand name product, which are critical for managing supply chain risks effectively. The services and software being sought are essential for enhancing the Navy's operational readiness and ensuring the integrity of its supply chains. Interested vendors can reach out to Kelli Beasley at kelli.l.beasley.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent to Sole Source - mLINQS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with MLINQS, LLC for the continued use of its relocation software, mLINQS, which is essential for facilitating travel relocation services for DOC employees. This acquisition will involve a one-year base contract with four additional one-year priced options, following the existing GSA schedule contract GS-33F-0007U. The mLINQS software is crucial for standardizing relocation processes across various bureaus within the DOC, ensuring compliance with federal regulations and enhancing operational efficiency. Interested parties may submit responses within 15 days of this notice to challenge the sole-source determination, with inquiries directed to Cameron Brooks and Brandon Harrell via their provided email addresses.
    Justification for Sole Source Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Norfolk, has issued a Justification for a Sole Source Contract awarded to Colossus, Inc., operating as Caliber Public Safety, Inc. This contract pertains to IT and telecom services, particularly in the area of Platform as a Service, which includes database, mainframe, and middleware solutions. The procurement is critical for maintaining operational capabilities within the Navy's logistics and support systems. For further inquiries, interested parties can contact Jacob Segal at jacob.a.segal.civ@us.navy.mil or by phone at 215-697-9813.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    NOTICE OF INTENT TO SOLE SOURCE - iTHENTICATE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Turnitin Holdings LLC for a subscription to the iThenticate plagiarism detection software. This software is essential for the Naval Postgraduate School (NPS) to check graduate students' thesis and research papers for similarities to existing sources, thereby aiding in plagiarism prevention and improving writing skills. The subscription will cover a one-year period from December 14, 2025, to December 13, 2026, and includes key features such as direct source comparisons, pattern recognition, and access to ProQuest for a significant number of users. Interested parties must submit their capability statements by 3:00 PM PST on December 3, 2025, via email to Queen Idele at queen.e.idele.civ@us.navy.mil.
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Open Text Media Management Software and Support Services Upgrade
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the upgrade of Open Text Media Management Software and Support Services to Open Text Inc. of Menlo Park, CA. This procurement is aimed at enhancing the existing media management capabilities, which are critical for the NRL's operations and research initiatives. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and is classified under NAICS code 513210. Interested parties may express their capabilities to meet this requirement by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil, referencing Notice of Intent number N0017326Q6922.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information (Updated 16 Dec 2025)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input via a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program. This initiative aims to develop and field loitering munitions that can be integrated with SOCOM Combatant Craft, focusing on precision strike capabilities while adhering to specific performance requirements, including a kinetic payload of over 22 pounds and operational readiness in various sea states. The MLE-1 program is critical for enhancing naval warfare capabilities, providing combatant craft with organic precision-strike mission packages designed for beyond line-of-sight engagements. Interested vendors must submit their responses by 5:00 PM EST on January 16, 2026, and can direct inquiries to Christopher Russell at christopher.s.russell34.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil.