D--Prism Software Licenses
ID: 140D0426Q0053Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of the Interior, through its Interior Business Center, intends to award a sole source Task Order to Unison Software, Inc. for Prism Software Licenses on behalf of the Peace Corps’ Office of the Chief Financial Officer (OCFO). This procurement includes a 12-month base period followed by three 12-month option periods, aimed at providing contract management software that integrates with the existing financial system, Oracle E-Business Suite/Odyssey. The software is crucial for maintaining continuity of services currently provided by Unison Software, Inc., and this opportunity is not open for competitive proposals; however, responsible sources may submit a capability statement by December 23, 2026, at 2 PM EST, referencing number 140D0426Q0053. Interested parties must include a Unique Entity ID (UEI) and ensure active registration in the System for Award Management (SAM).

    Point(s) of Contact
    Mcguire, Michael
    (703) 964-3622
    (505) 346-2744
    MIKE_MCGUIRE@IBC.DOI.GOV
    Files
    Title
    Posted
    The Department of the Interior's Interior Business Center (IBC), on behalf of the Peace Corps’ Office of the Chief Financial Officer (OCFO), intends to award a sole source Task Order to Unison Software, Inc. This procurement is for Prism Software Licenses, including a 12-month base period and three 12-month option periods. The Peace Corps’ OCFO requires this contract management software to integrate with its existing financial system, Oracle E-Business Suite/Odyssey, continuing services currently provided by Unison Software, Inc. This is not a request for competitive proposals, and no solicitation will be issued, as it falls under FAR Part 8.4 Federal Supply Schedules (NAICS Code 513210 - Software Publishers). However, responsible sources believing they can meet the requirements may submit a capability statement by December 23, 2026, at 2 PM EST, referencing number 140D0426Q0053. Submissions must include a Unique Entity ID (UEI) and an active System for Award Management (SAM) registration.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Unison Software Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its Unison Software license, specifically the FY25 Unison CE TruePlanning Software, which is critical for cost engineering at the Johnson Space Center (JSC) in Houston, Texas. This procurement involves a sole-source contract with Unison Cost Engineering LLC, as they are the exclusive provider of this software, which includes various components, catalogs, and parametric models necessary for effective cost management. The contract period for this renewal is set from March 1, 2026, to February 28, 2027, and will incorporate specific clauses regarding the use of Artificial Intelligence (AI) technologies during contract performance. Interested organizations are invited to submit their capabilities by 1 p.m. CST on December 18, 2025, to Cara Craft at cara.s.craft@nasa.gov for evaluation, with the government retaining discretion on whether to proceed competitively.
    Notice of Intent to Award Sole Source
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Environmental Management Consolidated Business Center (EMCBC), intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for proprietary software and services. This contract will cover a 12-month subscription that includes maintenance for ArcGIS Enterprise Standard, ArcGIS Enterprise Professional Plus User Type, and ArcGIS Pro Extensions, which are critical for the DOE's environmental management operations. The acquisition is justified under FAR 6.302-1, as ESRI is deemed the only responsible source for these specialized services. Interested parties may submit responses regarding the feasibility of future competitive procurements via email to Rudi Sotlar at rudi.sotlar@emcbc.doe.gov by December 23, 2025, at 5:00 PM ET, as no solicitation will be publicly posted.
    B--Petrel Support Services
    Interior, Department Of The
    The Department of the Interior is seeking proposals for the procurement of Petrel Exploration and Production (E&P) software licenses and associated administrative support services. This requirement aims to assist the U.S. Department of the Interior's International Technical Assistance Program (DOI-ITAP) in enhancing Ukraine's energy sector, specifically by supporting UkrGasVydobuvannya (UGV) in increasing domestic gas production through the use of advanced data analysis and modeling tools. The contract will be a sole-source acquisition with a performance period from December 31, 2025, to August 30, 2026, and quotes are due by December 16, 2025, at 12:00 PM EST. Interested parties should contact Joelle Donovan at joelledonovan@ibc.doi.gov for further information.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    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.
    Notice of Intent to Sole Source - Accenture Federal Services, LLC BSS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to award a sole-source contract to Accenture Federal Services, LLC for ongoing support of the Commerce Business Systems (CBS) and Core Financial System (CFS) applications. This contract will be structured as a one-year base period with three six-month priced options, leveraging Accenture's unique expertise and institutional knowledge gained from their incumbency in the CBS/CFS Program. The services provided are critical for maintaining the financial management and accounting capabilities essential to DOC operations, especially as the department transitions to a new Business Applications Solution (BAS) project set for completion in 2026. Interested parties may submit responses within 15 days of this notice to the primary contacts, Cameron Brooks and Brandon Harrell, via email, although no solicitation package is available.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    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.
    Notice of Intent to Sole Source to ESRI, Inc. for ESRI Arc Geographic Information System Mapping Software and Maintenance Support
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations - National Capital Region (MCI-NCR), intends to award a sole source contract to Environmental Systems Research Institute (ESRI), Inc. for the procurement of ESRI Arc Geographic Information System (GIS) mapping software and maintenance support. This acquisition is essential for the United States Training and Education Command, as the ArcGIS software is the authorized mapping tool within the Department of Defense and is uniquely compatible with the Range Managers Tool Kit (RMTK), which is critical for range management and safety protocols. The contract is valued at an undisclosed amount for the period from January 1, 2026, to December 31, 2026, and interested parties may submit capability statements to Michael Bogatyr at michael.bogatyr@usmc.mil for consideration, although this notice is not a request for competitive quotes.
    GraphPad Prism Subscription Renewal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew a contract for 500 subscriptions of GraphPad Prism software, which is critical for biostatistical analysis and scientific graphing. This non-competitive procurement is justified under the Federal Acquisition Regulation (FAR) due to GraphPad Software, LLC being the sole provider of the software, with the renewal period set from April 8, 2025, to April 7, 2026. GraphPad Prism is widely utilized by research institutions and pharmaceutical companies, ensuring the accuracy and efficiency of scientific data analysis within the NIH. Interested vendors may express their capabilities, but the government retains discretion over competitive offers, with the total contract value not exceeding $250,000. For inquiries, contact Verne L. Griffin at verne.griffin@nih.gov or 301-594-7730, or Michael L. Falzone at michael.falzone@nih.gov or 301-827-1873.
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.