PKWare Software Maintenance Support
ID: 832572427-1Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Information Systems Agency (DISA) is seeking to negotiate a sole source contract with PKWare, Inc. for annual software maintenance support of its PKZip and PK Encrypt products, which are critical for DISA's mainframe operations. This contract will ensure continued support for existing PKWare licenses and accommodate potential additional licenses due to hardware upgrades or increased demand. The embedded nature of PKWare software within DISA's operations necessitates this sole-source approach, as transitioning to another vendor would incur significant unbudgeted costs. Interested parties may submit their capabilities, but proposals will not be accepted as this notice is not a solicitation. The contract's base period of performance is from October 1, 2025, to September 30, 2026, with inquiries directed to Stephanie Markus at stephanie.r.markus.civ@mail.mil or Lisa Pregartner at lisa.pregartner2.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with PKWare, Inc. for annual software maintenance of PKZip and PK Encrypt products, essential for DISA’s mainframe operations. This contract will support existing PKWare licenses and allow for potential additional licenses due to hardware upgrades or increased demand. The period of performance for the base year is from October 1, 2025, to September 30, 2026. PKWare is the sole manufacturer and provider of support for its software, having exclusive rights to the source code, making it indispensable for DISA's applications. The justification for a sole-source contract is rooted in the embedded nature of PKWare software within DISA's operations, where switching to another vendor would lead to significant unbudgeted costs. Companies believing they can offer similar services are encouraged to submit their capabilities, but proposals from them will not be accepted since this notice is not a solicitation. The current contract with PKWare is firm fixed price, with a performance period from October 1, 2022, to September 30, 2025. The action aligns with federal procurement regulations permitting limited competition due to unique qualifications of a vendor.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Draft RFP - Enterprise Service Solutions IV
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Enterprise Service Solutions IV contract. This procurement aims to establish an indefinite delivery/indefinite quantity contract for managed storage services and on-demand storage solutions, addressing the need for a scalable storage system that can adapt to varying demands while ensuring cost flexibility and comprehensive maintenance of necessary assets. The contract will support both continental United States (CONUS) and outside continental United States (OCONUS) operations, emphasizing high availability, security, and interoperability with existing government infrastructure. Interested parties can direct inquiries to Tricia L. Singler at tricia.l.singler.civ@mail.mil or Joe Santel at joseph.l.santel2.civ@mail.mil, with no proposals accepted in response to this draft notice.
    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.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    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.
    KI-492 National Security Agency (NSA) Certification
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to award a sole-source contract to Innoflight for the KI-492 National Security Agency (NSA) certification Engineering Change Proposal (ECP), which includes necessary software updates and fixes for the KI-492 encryption device. This procurement is critical for ensuring the device's compliance with NSA requirements for secure communications, as the KI-492 is integral to the SDA's operations, particularly for Tranche 2 applications. Interested parties may express their interest and provide a description of how they can fulfill the requirements by emailing the primary contact, Marco Castaneda, by December 22, 2025, at 5:00 PM EST. The anticipated contract will be a firm-fixed price agreement, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for award.
    DATA SERVICES
    Dept Of Defense
    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.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    Resident Engineer/Subject Matter Experts (RE/SMEs) in support of Defense Information Systems Agency (DISA) Voice Services Support of Unified Capabilities (UC).
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking qualified small businesses to provide Resident Engineer/Subject Matter Experts (RE/SMEs) in support of its Voice Services and Unified Capabilities initiatives, specifically focusing on Ribbon products. The procurement aims to secure on-site technical support for network analysis, troubleshooting, optimization, and training related to the Ribbon Soft Switch and associated network components, which are critical for the Department's transition to an Everything over IP (EoIP) standard. The anticipated contract includes a one-year base period with four one-year option periods, requiring two full-time RE/SMEs to be stationed at Scott Air Force Base, Illinois, with potential travel to Fort Meade, Maryland. Interested parties must have a Secret Facility Clearance, be authorized Ribbon resellers, and submit their responses by December 22, 2025, to the primary contact, Stephanie Chapman, at stephanie.h.chapman2.civ@mail.mil.
    Justification for Other than Full and Open Competition - Euromoney Global Ltd. Datasets
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to establish a sole-source contract with Euromoney Global Limited for the acquisition of two annual datasets that provide critical insights into companies and facilities involved in the production of strategic materials worldwide. This procurement is essential for the DLA Strategic Materials to fulfill its responsibilities related to the National Defense Stockpile, as Euromoney is the only source with the necessary licensing agreements to access unique databases covering over 40 strategic materials and thousands of related companies. The estimated value of this contract is $306,150, and a "Notice of Intent to Sole Source" has been published on SAM.gov, which received no responses, confirming the absence of alternative sources. Interested parties can contact David Kim at david.kim@dla.mil or 703-223-1934 for further information.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    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.