Software Support
ID: D-25-SS-0047Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONHEADQUATERSSPRINGFIELD, VA, 22152, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)
Timeline
    Description

    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to procure software support services for the Foray ADAMS digital imaging system. This acquisition will be awarded as a firm-fixed price sole source purchase order to Foray Technologies, LLC, due to the proprietary nature of the software, which is exclusively maintained by them, and confirmed through market research that no other vendors can provide the necessary services. The contract, valued at approximately $96,444, is crucial for maintaining operational functionality across four DEA laboratories and will cover a performance period from September 30, 2025, to September 29, 2026. Interested parties capable of providing the required support are encouraged to submit their capability statements to Ms. Angel Barkley at angel.d.barkley@dea.gov by August 4, 2025, at 2:00 PM EST.

    Point(s) of Contact
    Ms. Angel Barkley
    angel.d.barkley@dea.gov
    Files
    Title
    Posted
    The document outlines a sole source justification for a procurement action related to software and services support for the Foray ADAMS digital imaging system, with an estimated total amount of $96,444. This acquisition falls under FAR Part 13 regulations, allowing for limited competition under specific circumstances. It is designated as a sole source acquisition due to the proprietary nature of the software, which is exclusively maintained and supported by Foray Technologies. Market research confirmed that no other vendors, either domestically or internationally, can provide the necessary services, thus reinforcing the single-source determination. The period of performance for this contract spans from September 30, 2025, to September 29, 2026, and it is crucial for maintaining operational functionality in four DEA laboratories. It emphasizes that a fair and reasonable price will be secured before finalizing the order, adhering to federal contracting guidelines. The documentation and justification will be made publicly available to ensure transparency in the procurement process.
    Lifecycle
    Title
    Type
    Software Support
    Currently viewing
    Special Notice
    Similar Opportunities
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    DW USC C DocuWare Update/Support Contract
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed price contract to DocuWare Corporation for a one-year license and annual maintenance and software support services for its document management system. This procurement is essential for the Department of Transfusion Medicine (DTM) to effectively manage patient and donor medical records, leveraging DocuWare's capabilities for document digitization and workflow automation. The contract, valued at approximately $25,151.16, is justified as a sole-source acquisition due to the unique requirements of DTM and the significant costs associated with migrating to an alternative system. Interested parties may submit capability statements by December 14, 2025, to Valerie Gregorio at valerie.gregorio@nih.gov for consideration.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Buyer not available
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    Parraid Software for Flight Test Support
    Buyer not available
    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.
    Casecracker Onyx Software
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    IMD Redaction Tool
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified manufacturers for an advanced redaction software solution known as the IMD Redaction Tool. The primary requirements include robust manual redaction capabilities and a multi-layer redaction architecture that allows for a single master document with independently manageable redaction layers, enabling the creation of different document versions for various audiences and disclosure needs. This procurement is critical for the FBI's Information Management Division to enhance its ability to manage sensitive information effectively, particularly in compliance with FOIA exemptions and classified information protocols. Interested parties should submit their responses by December 11, 2025, and can direct inquiries to Brandon James at bmjames@fbi.gov.