Green Hills Integrity Software Renewal
ID: FA857926Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8579 SOFTWARE SPRT AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the renewal of Integrity Software to Green Hills Software LLC. This procurement is being conducted as a single-source purchase under the authority of FAR 6.302-1 and 10 USC 2304(c)(1), which permits sole-source procurement when only one responsible source can meet the agency's requirements. The Integrity Software is critical for various defense applications, ensuring operational integrity and security. Interested parties can direct inquiries to Ashley McClain at ashley.mcclain.2@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil, noting that this is not a request for quotes.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, Air Force Sustainment Center (AFSC) at Robins Air Force Base, Georgia, issued a notice of intent on December 9, 2025. This notice indicates an anticipated single-source purchase for the renewal of Integrity Software from Green Hills Software LLC. The purchase will be awarded under the authority of FAR 6.302-1 and 10 USC 2304(c)(1), which allows for sole-source procurement when only one responsible source can satisfy agency requirements. The document explicitly states that this is not a request for quote.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intent to Sole Source Anark Software License Subscription
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole source contract to Anark Corporation for a software license subscription essential for the Digital Data Center’s Model-Based Definition (MBD) project. This procurement involves a base year plus four additional years of subscription services, which include licensing, maintenance, and support for software that automates the flow of aircraft parts designs from Engineering to Manufacturing. Anark Corporation is the Original Equipment Manufacturer (OEM) of the required software, which is proprietary and not available from any other source, emphasizing the critical nature of this procurement for the agency's operational needs. Interested parties may submit a capability statement within three calendar days of this notice to be considered for potential competitive procurement, with inquiries directed to Melinda Bowen at melinda.a.bowen.civ@us.navy.mil.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    Sole Source Labtrac
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    MicroFocus Fortify Software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    SOLE SOURCE – ANSYS SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent to Sole Source to Instant Technologies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Abstract Software Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide software renewal services for the 518th Software Maintenance Engineering Squadron (SWES) located at Hill AFB, Utah. The procurement involves the acquisition of iUML and ICCG Invocation Support Fees, with a contract duration spanning three years from November 2025 to October 2028, requiring two licenses for each support fee annually. This opportunity is critical for maintaining operational software capabilities and ensuring continued support for the squadron's engineering functions. Interested parties must submit their offers by December 18, 2025, via email to the designated contacts, Tanner Scheffler and Austin Hurst, and must be registered with SAM to be eligible for consideration.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.