Notice of Intent to Sole Source - Support Services for TCI & DPOMS
ID: 52800PR250008226Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Computer Systems Design Services (541512)

PSC

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

    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Service Center, is issuing a special notice regarding a proposed sole-source contract for support services related to their Time Control Industrial (TCI) and Depot Management (DPOM) systems. The contract is intended to be awarded to Heuristic Management Systems Inc. (HMS Software) due to the proprietary nature of their software, which necessitates that only HMS can provide the required support, upgrades, and maintenance. This procurement is critical for ensuring the continued functionality and enhancement of the Coast Guard's software systems, which are vital for operational efficiency. Interested vendors are invited to submit their qualifications in writing to the designated contacts, Brianna Riffle and Mark Rushing, by 10:00 AM ET on April 7, 2025, as this notice is not a Request for Quotation (RFQ) and emphasizes written communication only.

    Files
    Title
    Posted
    The U.S. Coast Guard's C5I Service Center is issuing a special notice for a proposed sole-source contract to provide remote support services for software enhancements related to their Time Control Industrial (TCI) and Depot Management (DPOM) systems. The contract, anticipated to be awarded on 10 April 2025 to Heuristic Management Systems Inc. (HMS Software), emphasizes the proprietary nature of the software, indicating that only HMS can deliver the required support and upgrades due to its unique technology. The notice outlines a request for expressions of interest from responsible sources, inviting them to submit their qualifications to the contract specialists by 9 April 2025. It clarifies that this is not a Request for Quotation (RFQ) and encourages communication exclusively through written submissions. The primary objective of this document is to inform stakeholders about the impending contract award process and to solicit input from other potential vendors while underscoring the exclusive capability of HMS to meet the Coast Guard's specific software needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Red Hat Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to procure brand-name maintenance support for Red Hat (RH) software to ensure continued operational effectiveness of its managed systems at the C5ISC facility in Kearneysville, West Virginia. This procurement is essential for obtaining technical support, security patch updates, and software release updates for existing RH software, which is critical for maintaining security compliance across the USCG's network and cloud computing environments. The estimated cost for this annual software maintenance is $371, and the USCG plans to award a Firm-Fixed Price delivery order through authorized RH resellers on the NASA Solutions for Enterprise-Wide Procurement (SEWP) V contract vehicle. Interested parties can contact Leslie D. Lee at leslie.d.lee2@uscg.mil or Michael McFadden at Michael.A.McFadden@uscg.mil for further information.
    Veritas Hardware and Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division in Alexandria, is seeking to procure brand name Veritas NetBackup and Data Loss Prevention Network licensed hardware and software maintenance support, along with new NetBackup Platform Base licenses for its enterprise-wide datacenter systems. This procurement is essential for ensuring continued access to software upgrades, updates, security patches, and technical support, as it falls under the brand name exception to fair opportunity per FAR 16.505(a)(4)(i), which restricts items to a specific manufacturer. Interested parties can reach out to Contract Specialist Ebone Newbon at ebone.m.newbon@uscg.mil or by phone at 703-313-4172, or to Leslie D. Lee at leslie.d.lee2@uscg.mil or 703-313-5716 for further details. The opportunity is crucial for maintaining the operational integrity of the Coast Guard's IT infrastructure.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    Weapons Management System (WMS) New Buys
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.
    IdeaScale - ideation software solution on a cloud computing platform
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the IdeaScale ideation software solution, which operates on a cloud computing platform, to support the CG-926 Innovation Program. This procurement is justified under FAR 8.405-6(b)(1) as IdeaScale is the only ideation software approved for use by the Department of Homeland Security (DHS) that complies with FedRAMP and other federal security directives. The software's compliance with the Federal Risk and Authorization Management Program (FedRAMP) and the National Institute of Standards and Technology (NIST) security requirements is crucial for its deployment in federal cloud environments. Interested parties can reach out to Katherine K. West at katherine.k.west@uscg.mil or by phone at 202-475-3241 for further details regarding this opportunity.
    Sole Source Shaft Seal Overhaul Kits
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.