Tangible Security ProVisioner (ProV) Subscription
ID: SP4701-24-Q-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a request for procurement regarding the ProV Domain Controller License with Unlimited Users, specified under the federal government's tangible security initiatives. The procurement includes a quantity of 60 licenses, provided free of charge, with subscriptions spanning multiple contract periods. The timeline details included contract line item numbers (CLIN) for deliveries from December 19, 2024, to December 18, 2027. The delivery point is directed to the Hart-Dole-Inouye Federal Center, with key contacts listed for coordination. The attachment mentioned, Bill of Materials (BoM), likely details the components or features of the licenses being procured. This document serves as part of federal procurement processes, reflecting the government's efforts to secure essential software assets for operational effectiveness without pertinent costs associated with this acquisition.
    The Voluntary Product Accessibility Template® (VPAT®) document provides a structured format for vendors to report on their products' conformance with accessibility standards, specifically the EN 301 549 standards for Information and Communications Technology (ICT). It comprises detailed guidelines for creating an Accessibility Conformance Report, highlighting essential requirements such as maintaining integrity, using proper terminology, and including necessary evaluation methods. The template ensures that products meet established accessibility criteria, facilitating informed procurement decisions by agencies and organizations. Key sections detail specifications, including a product description, contact information, applicable standards, and various criteria tables that assess compliance with guidelines like Web Content Accessibility Guidelines (WCAG) versions 2.0, 2.1, and the EN 301 549 standard itself. The VPAT aims to enhance transparency in accessibility claims, supporting government entities and other stakeholders in assessing ICT products' suitability for public procurement. Proper utilization of this template is crucial for promoting equitable access to technology, reflecting the government’s commitment to inclusivity in public services.
    The document outlines the ICT Accessibility Requirements per the Revised Section 508 of the Rehabilitation Act, focusing on software maintenance services and ICT support. It sets forth technical and functional performance criteria applicable to ICT documentation and support services, emphasizing conformity with Chapter 6 standards. The support services, including help desks and training, must accommodate the communication needs of individuals with disabilities and provide accessible features for users experiencing various limitations, such as visual, auditory, or cognitive impairments. Specific guidelines stipulate operational modes that enhance accessibility without requiring users to rely on vision, hearing, speech, or fine motor skills. The Accessibility Requirements Report must be included in solicitation documents, directing readers to the Revised 508 Standards Toolkit for further procurement guidance. This framework underscores the federal commitment to ensuring that ICT services are accessible to all individuals, promoting inclusivity in government operations and services.
    The DLA Contracting Services Office - Philadelphia issued a Justification and Approval (J&A) for the sole-source procurement of Tangible Security ProVisioner (ProV) Software. An Intent-to-Sole-Source notice was posted, receiving no responses, indicating a lack of competitive interest. The Contracting Officer determined that pricing for the software would be fair and reasonable through various price analysis techniques as outlined in FAR 15.404-1. Market research conducted in July 2024 confirmed that Tangible Security is the only vendor capable of meeting the specific needs of the government. While efforts are continuously made to encourage competition, the unique nature of the required software necessitates this sole-source contract. The current contract reference is SP4701-22-F-0018, with Tangible Security, Inc. listed as the interested source. DLA remains committed to exploring competitive options and technology advancements to widen the supplier base in the future. This document highlights the challenges faced in obtaining specialized software within the framework of government procurement policies and the steps taken to ensure compliance with competitive requirements.
    The document is a Request for Quote (RFQ) from the Defense Logistics Agency (DLA) for the procurement of Tangible Security ProVisioner Software, with solicitation number SP4701-25-Q-0004. Issued on October 15, 2024, the RFQ seeks offers from suppliers to provide specific software licenses with unlimited users for multiple years, emphasizing an unrestricted acquisition process. Proposals must be submitted by October 29, 2024, at 1 PM EST, to the designated contracting officer via email. Offers will be evaluated based on lowest price and technical acceptability, with compliance to the included Bill of Materials critical for consideration. The period of performance for the contract is outlined from December 19, 2024, to December 18, 2025. Submissions must include a breakdown of pricing and are subject to federal regulations, including adherence to various FAR clauses regarding commercial items. The document details essential contractual terms including delivery locations, invoicing procedures, dispute resolution, and opportunities for subcontracting. This proposal reflects the government's ongoing efforts to procure necessary software services while ensuring compliance with federal procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DLA Installation Management Enterprise Mailroom Management Service
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to award a sole-source contract to Pitney Bowes for comprehensive Mailroom Management Services, which include the procurement of mailroom services, equipment purchase, maintenance, and software setup. The primary objective is to enhance accountability and efficiency in mail and package processing across various DLA locations, including Fort Belvoir, with a focus on compliance with federal security standards. The estimated contract value over a five-year period is approximately $1,852,856.28, with a base period from October 1, 2024, to August 31, 2025, followed by four optional years. Interested vendors must submit a Letter of Interest by October 29, 2024, to Beverly J. Williams at Beverly.j.williams@dla.mil, including their DUNS Number and TIN, as this opportunity is not a Request for Proposal.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to modernize acquisition processes by assessing and improving procurement methodologies through research and development efforts, particularly focusing on IT modernization and advanced technologies that align with DLA's strategic objectives. The AMTR program is critical for enhancing logistics and supply chain management within the defense sector, ensuring that the DLA can meet evolving operational demands effectively. Interested vendors must submit their full cost and technical proposals by April 1, 2024, to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with further details available from primary contact Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of parts related to the Patriot Missile Weapon System, specifically under solicitation SPRRA224R0016, which is a sole source requirement to Lockheed Martin. The procurement aims to add parts to the subsumable contract for fiscal years 2025 through 2027, requiring detailed cost and pricing documentation, including firm-fixed pricing for the specified components. These components are critical for military operations, emphasizing compliance with stringent military specifications and export control regulations. Interested contractors must submit their proposals electronically by June 20, 2024, and can direct inquiries to Becky Brady at becky.brady@dla.mil or David Bennett at David.B.Bennett@dla.mil.
    SPRRA224R0075 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE SOLICITATION
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of Patriot spares under the sole source solicitation SPRRA224R0075. This opportunity specifically involves the supply of miscellaneous electric power and distribution equipment, categorized under NAICS code 335311. The goods are critical for maintaining operational readiness and support for defense systems, emphasizing the importance of reliable supply chains in military logistics. The proposal submission deadline has been extended to January 15, 2025, and interested parties should direct inquiries to Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    SPRPA124R354E Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the Option Period of the Stock CLIN 0003 under the V-22 Bell Boeing COI Contract, specifically for supplies related to military components. This procurement action is limited to one source due to the requirement for Government Source Approval prior to award, necessitating interested suppliers to submit a Source Approval Request (SAR) through a secure DoDSafe link. The items being procured are critical for maintaining operational readiness in military operations, with a performance period spanning from May 11, 2025, to May 10, 2027. Interested parties can reach out to John Collier at john.collier@dla.mil or Kelly Sickel at Kelly.Sickel@DLA.MIL for further information and guidance on the submission process.
    59--Electronic Display, Aircraft
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for an indefinite quantity contract for electronic display components for aircraft, specifically set aside for small businesses. The contract will encompass a base year with four optional years, focusing on supplies essential for DLA Stock Support, and will be solicited under FAR Part 12 for commercial items. This procurement is critical for maintaining operational readiness and efficiency within military operations, with the solicitation expected to be released on or around September 20, 2024. Interested vendors can find the solicitation at https://www.dibbs.bsm.dla.mil and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-692-3316.
    Weapons Control Unit
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of Weapon Control Units under solicitation number SPRDL1-24-R-0127. The requirement includes a total of 54 units, with an initial order of 27 units and an option for an additional 27, all identified by National Stock Number 1010-01-257-9961 and part number 6289560. These units are critical components for military armored vehicles, and compliance with quality management system requirements, specifically ISO 9001:2015 or equivalent, is mandatory. Interested vendors must submit their proposals by October 24, 2024, and can access the Technical Data Package through the System for Award Management (SAM) after registering and signing a Use and Non-Disclosure Agreement. For further inquiries, vendors can contact Sabrina Swain at Sabrina.Swain@dla.mil or call 586-854-0070.
    LifeTime Buy TOW Missile System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is initiating a procurement process for a one-time purchase of seven obsolete electronic components essential for the TOW 2B Missile System, under the solicitation SPRRA2-25-R-0004. This acquisition is sole sourced to Raytheon Company, the original equipment manufacturer (OEM), due to the proprietary nature of the parts, which include Digital Signal Processors and Flash Memory. These components are critical for missile production and will be added to the existing DLA-Raytheon Depot Level Repairable contract. Interested firms must meet prequalification requirements and are encouraged to seek source approval from the U.S. Army Combat Capabilities Development Command for future opportunities. The closing date for responses is estimated to be 15 days from the issuance of this synopsis, and foreign entities must process solicitation requests through their respective embassies. For inquiries, contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    DLA ENTERPRISE FIRE PROTECTION CONTROL SYSTEMS (FPCS)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified small businesses to provide integrated support for Fire Protection Control Systems (FPCS) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to ensure the reliability and effectiveness of fire safety systems across multiple DLA locations, including maintenance, modernization, compliance with safety codes, and cybersecurity enhancements. This initiative is critical for safeguarding lives and property within DLA facilities throughout the continental United States. Interested parties should note that the solicitation number is SP4702-24-R-0005, with an expected posting date on SAM.gov around December 6, 2024. For further inquiries, contact Ivan Badillo at ivan.badillo@dla.mil or call 614-692-4028.
    Dimethyl Fumarate DR Presolicitation
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.