Resource Scheduler Software Annual Maintenance Agreement.
ID: RFQ2032H825Q00017Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICE

NAICS

Custom Computer Programming Services (541511)

PSC

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

    The Department of the Treasury, specifically the Internal Revenue Service (IRS), intends to negotiate a sole source contract for the annual maintenance of the Resource Scheduler Software with FM Group LLC. This procurement, classified under NAICS code 541511 for Custom Computer Programming Services, is necessary to ensure the continued functionality of proprietary software, as FM is the only entity capable of performing the required maintenance and troubleshooting. Interested parties who believe they can meet the requirements are invited to submit their capabilities in writing to the primary contact, Michael Kreacic, at Michael.D.Kreacic@irs.gov, by April 1, 2025, at 12:00 PM ET, although this notice does not constitute a request for competitive proposals. The contract will include a twelve-month base period and three twelve-month option periods, with a determination on future competitive procurement based solely on the responses received.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source for OCIS2 Sensor Maintenance
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Authentix, Inc. for the maintenance and support of the OCIS2 sensor system, which includes annual preventative maintenance, emergency repairs, and software upgrades. This proprietary system is critical for the Bureau's operations, ensuring the reliability and functionality of essential equipment used in currency production. The anticipated contract will cover a twelve-month base period with four additional twelve-month option periods, with performance locations in Fort Worth, Texas, and Washington, D.C. Interested parties must respond by 12:00 PM EST on March 31, 2025, and should contact Bryan Sheppard or Marico Sellers for further information, ensuring they are registered in the System for Award Management (SAM) at https://www.sam.gov.
    Notice of Intent to Sole Source Notice for Complete Library Plus Online Subscription
    Buyer not available
    The United States Department of Agriculture (USDA), through the National Agricultural Library (NAL), intends to procure a subscription for the RSMeans Online Complete Plus software, which is essential for generating construction cost estimates and validating pricing. This software provides access to a comprehensive database that includes over 85,000 unit prices, 25,000 building assemblies, and 42,000 facilities repair and remodeling costs, facilitating effective budgeting for various construction projects. The procurement falls under NAICS code 513210 for Software Publishers and is categorized with the Product Service Code T099 for miscellaneous publications, with a subscription period extending from May 2025 to May 2028. Interested vendors are invited to submit supporting documentation to Contracts Specialist David Jordan at david.jordan@usda.gov by March 18, 2025, as this notice serves as an informational announcement and does not constitute a request for proposals.
    IRS-OIT-VI-RFI
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), has issued a Request for Information (RFI) to gather insights for modernizing its virtualization infrastructure. The IRS seeks industry input on capabilities, services, and pricing to potentially replace its existing VMware-based system, which currently supports over 15,000 virtual machines across multiple locations. This initiative is crucial for enhancing the IRS's IT infrastructure while ensuring compliance with federal regulations. Interested vendors are encouraged to submit detailed information about their solutions, including managed software models and operational support, with submissions limited to 15 pages and sent electronically. For further inquiries, vendors can contact Ryan Dolan at Ryan.M.Dolan@irs.gov.
    Scanwriter Premier Software
    Buyer not available
    The Bureau of the Fiscal Service, on behalf of the U.S. Department of Housing and Urban Development Office of the Inspector General (HUDOIG), intends to award a sole-source contract to Personable Inc. for its ScanWriter Premier Software. This software is crucial for converting significant volumes of physical text records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents such as bank statements and checks. The unique capabilities of ScanWriter, which include instant audit trails and handwriting conversion, have been determined to be unavailable from other providers, justifying the sole-source award under FAR 6.302-1(b)(1). Interested parties must submit a capability statement by September 19, 2024, to purchasing@fiscal.treasury.gov, and should include company details, UEI number, product offerings, and a brief capabilities statement, adhering to specified file formats.
    Acquisition of a Service Contract for Thermo Lumos Mass Spectrometer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive service contract for the maintenance of a Thermo Lumos Mass Spectrometer. This procurement, classified under NAICS code 811210, aims to ensure uninterrupted analytical support for the National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) research, as the complexity of the spectrometer requires specialized technicians from Thermo Electron North America LLC. The contract will be effective for three years and includes key tasks such as emergency technical support and scheduled preventive maintenance. Interested parties may respond with their capabilities by the deadline of March 24, 2024, although this announcement is not a request for competitive proposals. For further inquiries, contact Amber Harris at amber.harris@nih.gov.
    Maintenance for MRI Scanners
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for two General Electric Healthcare 3 Tesla MR-750 MRI scanners. The objective of this procurement is to ensure the continuous and proper operation of these scanners, which are critical research tools heavily utilized by NIH researchers for various clinical and research studies, particularly in the fields of neuroscience and neurological conditions. The maintenance contract, classified under NAICS code 811210, is set for award around August 1, 2025, and interested parties must submit capability statements by March 28, 2025, to Joseph Kennedy at joseph.kennedy@nih.gov, as competitive proposals are not solicited due to the urgency and specific brand requirements outlined in FAR Part 13.
    J--Notice of Intent to Sole Source a Multisystem Service and Maintenance Agreement
    Buyer not available
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for a Multisystem Service and Maintenance Agreement to New England Research, Inc. (NER) to support the AutoLab AL0157 and AL0169 systems. This agreement is critical for ensuring the continued operability of the equipment and includes necessary upgrades to maintain functionality within NETL's operational environment. As the original equipment manufacturer, NER possesses proprietary knowledge essential for the maintenance of these systems, and no alternative sources have been identified that can fulfill this requirement. Interested parties who believe they can meet the requirements must submit their capabilities in writing to Rebekah Parks at rebekah.parks@netl.doe.gov by 12:00 P.M. ET on March 26, 2025, as this notice is not a request for proposals.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    ADORE Software Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew the ADORE Software through a sole source contract with Pradeep K. Gupta, Inc., which is the sole provider for this software renewal. The contract will cover the annual renewal of "ADORE Extended Support - Opt S1," effective from March 1, 2025, to February 28, 2026, ensuring ongoing operational support and system reliability for the ADORE system. This renewal is critical for maintaining the functionality and compliance of the software within NASA's projects, highlighting the importance of sustained vendor partnerships in achieving government objectives. Interested organizations must submit their capabilities and qualifications in writing to Cody Guidry by 3:00 p.m. Central Standard Time on March 17, 2025, to be considered for this procurement.
    Hexagon Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure maintenance services for Hexagon Metrology software on a sole-source basis. This procurement is for the renewal of an existing license, which is critical for maintaining operational capabilities within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Virginia Dennison, by email no later than five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.