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 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command, is seeking quotes for the procurement of Atlassian software license renewals under the CHESS RFQ #524927. This opportunity is exclusively for small businesses and involves firm-fixed-price orders 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 all-inclusive quotes through the CHESS IT MART by April 15, 2025, at 11:00 AM EST, and direct any inquiries to Daphne Philson at daphne.b.philson.civ@army.mil.

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 10, 2025, 8:06 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 10, 2025, 8:06 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
RFI Atlassian Alternatives
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding alternatives to Atlassian licenses for software tools that support DevSecOps for Platform One (P1) and its collaboration with the U.S. Space Force. The request for information (RFI) outlines the need for licensing options that include customizable project management tools, IT service management capabilities, and collaborative documentation features, all while ensuring compliance with DoD security standards such as CMMC, NIST, and FedRAMP. This procurement is crucial for enhancing operational efficiency and security in a highly regulated environment, with vendors required to submit their responses using the provided Excel sheet by contacting Maj. Jamail Walker at jamail.walker.1@us.af.mil or Elijah Simmons at elijah.simmons.4@us.af.mil.
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
OrCAD Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure OrCAD x Professional software as part of the Tow Communication Buoy Program. This procurement includes essential software for the development of simulation and electronic circuits, as well as circuit board design, with a total contract value of $47 million for three primary software items and necessary maintenance services. The contract will be a Firm Fixed Price agreement, requiring that all items be Brand Name and delivered within one week post-award, with strict adherence to regulatory compliance and security protocols. Interested vendors must submit their responses to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil by 6:00 PM EST on April 30, 2025, as phone inquiries will not be accepted.
RTI SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking quotations for software licenses and maintenance services related to Real Time Innovations (RTI) Connext DDS Professional. The procurement includes developer subscriptions for various operating systems, annual maintenance for specific architectures, and technical support subscriptions, all of which are critical for the government's operational needs in software development. This opportunity emphasizes compliance with federal acquisition regulations and requires submissions from authorized resellers, with a firm fixed price contract anticipated. Interested parties must submit their quotes by May 1, 2025, and can direct inquiries to Elizabeth Domotor at elizabeth.a.domotor.civ@us.navy.mil or by phone at 540-621-1360.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
7A21 - Adobe Acrobat Professional Software Licenses for Enterprise FRL Offline in support of My Navy Career Center (NMCC), Navy Personnel Command (NPC)
Buyer not available
The Department of Defense, through the Naval Supply System Command (NAVSUP) Fleet Logistics Center Norfolk, intends to procure 300 Adobe Acrobat Professional Software Licenses with Enterprise Feature Restricted Licensing Offline for the My Navy Career Center (MNCC) and Navy Personnel Command (NPC). This procurement is essential for processing travel claims at OCONUS Personnel Support Detachments, and the contract will be awarded on a sole source basis to GovSmart, Inc., a certified Small Business and HUBZone firm. Interested parties must submit their quotes by 3:00 PM Eastern Savings Time on April 28, 2025, via email to the designated contacts, Elene Chappelle or Adelina Lozzi, as no paper copies of the solicitation will be available.
Rockwell TechConnect Software
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting bids for Rockwell Automation Software Maintenance to support operations at Pine Bluff Arsenal in Arkansas. The procurement requires comprehensive software maintenance services for various Rockwell products, including 24/7 technical support from trained engineers, ensuring operational efficiency and reliability in critical production settings. This solicitation is particularly significant as it emphasizes the need for specialized support to maintain essential software systems, aligning with government standards for operational excellence. Interested contractors must submit their bids by April 29, 2025, at 12:00 PM CST, and are encouraged to contact MichelleAnn Hulett or Bethany Carbajal for further information.
GNAT SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division, is seeking proposals for the procurement of GNAT SWM software from AdaCore Technologies Inc. This combined synopsis/solicitation, identified as N0017825Q6756, requires vendors to provide GNAT Pro Enterprise Software Support licenses, with a license period from June 1, 2025, to May 31, 2026. The procurement is critical for ensuring compliance and operational efficiency within government activities, and it is important to note that this opportunity is not set aside for small businesses. Interested parties must submit their quotations by April 30, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, vendors can contact Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.
SonarQube Enterprise Edition
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the SonarQube Enterprise Edition 1M P/N SONARQUBE to support the establishment of the Collaborative Software Support Activity (CSSA). This procurement will be conducted on a sole source basis from Carahsoft Technology Corp, as they are the only authorized distributor capable of meeting the government's specific requirements due to their proprietary data and technical capabilities. The contract will be a firm-fixed price agreement, and interested parties may submit capability statements or proposals for consideration, although this notice is not a request for competitive proposals. Responses must be submitted by May 10, 2025, at 14:00 PM EDT, and inquiries can be directed to Ms. Zaib Nageeb at zaib.nageeb.civ@us.navy.mil.