Notice of Intent to procure Atlassian Software Renewals – CHESS RFQ- #524927
ID: PANDTA250000007593Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - SERVICE DELIVERY MANAGEMENT (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7D20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking quotes for the procurement of Atlassian software license renewals under the CHESS RFQ-#524927. This opportunity is a total small business set-aside and requires firm-fixed-price quotes for brand name software licenses, including Jira Service Management, Bitbucket, and Confluence, with a subscription period from April 21, 2025, to April 21, 2026. The procurement is critical for maintaining efficient project management and collaboration tools within the Army, ensuring compliance with established IT procurement guidelines. Interested vendors must submit their quotes through the CHESS IT MART by April 15, 2025, at 11:00 AM EST, and all inquiries should be directed to Daphne Philson at daphne.b.philson.civ@army.mil by April 10, 2025.

Point(s) of Contact
Files
Title
Posted
The document outlines a federal government procurement for software licenses from Atlassian, aimed at supporting various project management and collaboration tools. The procurement includes multiple licenses for Jira Service Management, Bitbucket, and Confluence, all with a subscription period from April 21, 2025, to April 21, 2026. Notable items include a tiered user structure for a 2000-user capacity across different tools, such as Jira Software, Confluence Document Management, and various plugins for enhanced functionality. The document provides specific part numbers, descriptions, and support identification numbers (SENs) linked to each item, indicating a structured approach to tracking and managing these software assets. Overall, this procurement reflects the government's commitment to maintaining robust technological capabilities and efficiency in project management and collaborative efforts throughout its agencies.
Apr 1, 2025, 9:04 PM UTC
The document outlines a series of solicitation clauses that are incorporated by reference within federal procurement processes, particularly focusing on government contracts. It includes standard provisions such as requirements for independent price determination, contractor ethics, whistleblower protections, and security requirements. Additionally, it addresses contractor verification processes and sets forth rules regarding equipment procurement, particularly concerning restricted entities and equipment types. The document also emphasizes small business provisions, including subcontracting plans and notices of competition limits, highlighting the federal commitment to supporting small businesses. Labor standards are another key focus, encompassing various regulations concerning fair labor practices, including the use of convict and child labor. Overall, this compilation serves as a guideline for contractors responding to government RFPs, ensuring compliance with federal laws and enhancing ethical standards in government contracting.
Apr 1, 2025, 9:04 PM UTC
The document outlines requirements and procedures for contractors interacting with the U.S. Army Contracting Command, specifically detailing compliance aspects related to amendments, accessibility standards under Section 508, contractor training, and wood packaging material regulations. Key points include the need for contractors to acknowledge amendments received, the provision for contract proposals to offer the total quantity of items, and the obligation to ensure that all electronic products adhere to accessibility standards. Additionally, contractors must pass security investigations for personnel accessing government systems and provide mandatory anti-terrorism training. The document emphasizes adherence to guidelines regarding wood packaging materials and stresses that offers must be submitted correctly to specified Army addresses, using tracking carriers for confirmation. These guidelines ensure compliance, safety, and proper administration in government contracting processes, reflecting the Army’s commitment to standards and regulations in procurement.
The ACC Contracting Note #24-05 addresses the transition to the Army Contract Writing System (ACWS), set to replace the current systems (SPS/PD2 and PADDS) starting in June 2024, with a complete transition expected by 2026. The document aims to inform contracting officers of mandatory language that must be included in solicitations, contracts, and orders to facilitate a smooth transition and minimize risks associated with ongoing contracts that may overlap with legacy systems. Contracting Officers must implement specified transition language in various scenarios, including open solicitations expected to close by July 31, 2024, new awards, and existing contracts with performance timelines extending beyond October 2024. To promote efficiency, KOs are encouraged to add this language during any modifications to contracts before the October deadline. The note outlines the key areas where the transition language should be applied, emphasizing the importance of preparing potential offerors and contractors for this significant system change. The document serves as guidance for ensuring compliance and continuity during the ACWS implementation, underscoring its role in the broader context of federal contracting and procurement processes.
The Army Contract Writing System (ACWS) is transitioning to replace legacy contract writing software across Army contracting offices. Offerors must be aware that the contracting office may use various systems during this transition, resulting in potential differences in solicitation documents and submission instructions. It is crucial for offerors to carefully review all documents for consistency and report any discrepancies or changes that may affect their eligibility or the terms of their proposals to the Contracting Officer. The transition will not be used to change solicitation terms intentionally, and any required corrections will be made through bilateral modifications. In case of system disruptions affecting timely awards, alternative mechanisms may be utilized to initiate contract obligations while ensuring compliance with the required evaluation methodology. The overarching aim is to streamline the contracting process while maintaining clarity and legal protections for all parties involved.
The memorandum outlines the justification for exempting the CHESS IT MART RFQ solicitation from posting on SAM.gov, which is the government’s main entry point for procurement information. It states that, per AFARS 9-4(a), the CHESS program is the mandated source for all Army-related IT purchases, covering a wide range of commercial IT products. Air National Guard is an exception and must utilize AFADVANTAGE/GSA-2GIT for IT purchases. Before acquiring IT products outside of CHESS, a waiver and a Statement of Non-availability (SoNA) must be obtained. The document indicates that federal regulations regarding the dissemination of contract information, specifically FAR 5.101 and 5.301, do not apply to CHESS-related transactions. The memo is signed by a Contract Specialist and a Contracting Officer, marking the official stance on this procurement exemption. This exemption streamlines the procurement process for the Army while ensuring compatibility and compliance with established guidelines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Jira Maintenance Renewal
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.
Notice of Intent to procure Dell Blade Servers – CHESS RFQ - #524021
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of Dell Blade Servers under the CHESS RFQ 524021. This opportunity is a total small business set-aside, requiring all bidders to be registered as small businesses with the SBA and verified on SAM.gov. The procurement aims to enhance the Army's IT infrastructure by acquiring specific Dell brand hardware, including PowerEdge MX7000 Enclosures and MX760C Servers, along with associated support services, which are critical for the operational efficiency of engineering groups. Interested vendors must submit their quotes through the CHESS IT MART by April 8, 2025, at 1 PM EST, and all inquiries should be directed to Daphne Philson at daphne.b.philson.civ@army.mil by April 3, 2025.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
Adobe Subscription Licenses
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Blount Island Command, is seeking proposals for the procurement of Adobe subscription licenses, including 300 licenses for Adobe Acrobat DC Professional and 3 licenses for Adobe Creative Cloud Desktop Application. These licenses are essential for maintaining critical operational functions within the Marine Corps, particularly for processing documents generated by Microsoft Office Suite, and are required to be delivered under firm fixed price terms from May 2025 to May 2026. The procurement process emphasizes compliance with federal acquisition regulations and prioritizes small business participation, with a total small business set-aside designation. Interested vendors must submit their quotes by 12:00 PM on April 18, 2025, and can direct inquiries to Erica Vaughn at erica.vaughn@usmc.mil or Stanley Sanders at stanley.sanders@usmc.mil, with questions due by April 1, 2025.
JMP SAS PRO Software Licenses
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, intends to award a Firm Fixed Price contract for the annual renewal of JMP SAS/JMP PRO Software Licenses on a sole source basis to Executive Information Systems, LLC. This procurement is essential as the JMP SAS/JMP PRO software is uniquely capable of providing comprehensive statistical analysis and experimental design capabilities, which are not matched by other available graphical user interface statistical packages. Interested parties are invited to express their interest and capability via email to the primary contacts, Martina Biro and Brandon Rivett, by 1500 EST on April 18, 2025, as this notice does not constitute a request for proposals and no solicitation document is available.
25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
SOLE SOURCE - COLTS SOFTWARE LICENSE AND MAINTENANCE
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a Firm Fixed Price (FFP) purchase order for the renewal of software licenses and maintenance for the proprietary Colts application, owned by Avantix LLC. This procurement is essential for the continued operation of the SubHDR inventory configuration management and failure tracking system, which relies on over 20 years of critical configuration and maintenance records. The period of performance for this contract spans from May 16, 2025, to May 15, 2030, with multiple renewal options available through 2030. Interested parties must submit their quotations, including pricing and necessary identification details, by April 4, 2025, to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
International Business Machines (IBM) Cloud Pak Software Licenses
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking sources for the renewal of IBM Cloud Pak software licenses to support the Air Force Contractor Supported Weapon System Data Exchange (CSWS-DE). The procurement aims to secure a subscription license for the IBM Cloud Pak for Integration, with a performance period from May 10, 2025, to May 9, 2026, and delivery required by May 10, 2025. This software is critical for ensuring effective data exchange and operational support within the Air Force's systems. Interested parties, including both small and large businesses, must submit their responses by April 7, 2025, and can direct inquiries to Stephanie Markus at stephanie.r.markus.civ@mail.mil or Danielle Schwend at danielle.m.schwend.civ@mail.mil for further information.
U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
Buyer not available
The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.
DITMCO Test Consoles service and repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is planning to award a contract for the service and repair of DITMCO Test Consoles, with the intention to negotiate solely with DIT-MCO International Corp. This procurement involves a Hybrid Time and Materials (T&M) and Firm Fixed Price contract, which will cover one base year and two option years, and is critical for maintaining the operational readiness of measuring tools used by the Army. The solicitation number W911N2-25-R-0018 is expected to be released on or about April 8, 2025, with a closing date around April 29, 2025, and interested parties must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, potential offerors can contact Michael Pitone at michael.f.pitone.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil.