Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software
ID: DJD-16-N-0013Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONHEADQUATERSSPRINGFIELD, VA, 22152, USA

PSC

INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT (70)
Timeline
    Description

    Special Notice: Justice, Department of - Renewal of Seat Maintenance (3,000 Seats) for Rocket Software's BlueZone Emulator Software

    The Drug Enforcement Administration (DEA) intends to contract with Rocket Software, Inc. for the renewal of seat maintenance for its perpetual license of the BlueZone Emulator Software. This software is used by the DEA for various purposes. The contract period will be from September 17, 2016, to September 16, 2017. This procurement is based on a brand name and will be procured on a sole source basis. Rocket Software is the only source for this requirement due to their exclusive proprietary rights to the installed software. The DEA has determined that purchasing and implementing competing software would not be technically nor economically justified. The required Limited Sources Documentation is attached. The DEA is not soliciting alternative sources for this requirement. This notice is made in compliance with FAR 5.102(a)(6) and 5.201(b)(1).

    For more information, please contact Philip M. King at Philip.M.King@usdoj.gov or 202-307-9601.

    Point(s) of Contact
    Philip M. King
    (202) 307-9601
    (202) 307-4877
    Philip.M.King@usdoj.gov
    Nanaesi AmooActing Unit Chief
    (202) 307-7801
    (202) 307-4877
    nanaesi.amoo@usdoj.gov
    Files
    Title
    Posted
    Similar Opportunities
    NOTICE OF INTENT TO AWARD A SOLE SOURCE ACTION to Rocscience Inc. for Rocscience Software Maintenance and Support Renewal
    Buyer not available
    The Department of Transportation's Federal Highway Administration (FHWA) intends to award a sole-source contract to Rocscience Inc. for the renewal of software maintenance and support for its Rocscience software licenses. This procurement is necessary to ensure continued access to essential software services, which are critical for the operations of the Western Federal Lands Highway Division. The contract period is set from April 1, 2025, to March 31, 2026, and interested parties may submit expressions of interest and their capabilities by March 6, 2025, although no proposals will be accepted. For further inquiries, interested parties can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7733.
    Intent to sole source
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole source contract to Sirsi Corporation for the provision of EOS integrated Library Software to support the FBI Academy Library. This procurement is based on the determination that Sirsi Corporation is the only vendor capable of fulfilling the FBI's specific requirements, as outlined under FAR 6.302-1(b)(1), which permits negotiation with a single source without a competitive request. Interested parties are encouraged to submit capability statements and quotes by March 6, 2025, via email to Dionna Brown at dnbrown@fbi.gov, as these responses may influence the FBI's decision on whether to pursue competitive procurement, although the final decision remains at the discretion of the Government.
    Info-Tech Research Group
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to engage with Info-Tech Research Group for a federal contract opportunity. This procurement falls under the category of Other Computer Related Services, with a focus on IT and telecom products related to data center facilities, including hardware and perpetual license software. The services are crucial for enhancing the DEA's operational capabilities in managing and analyzing data effectively. Interested vendors can reach out to Randy Bell Sr. at randy.bellsr@dea.gov for further details regarding this opportunity, which is based in Arlington, Virginia.
    70--Westlaw on-line subscription
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
    5810 - INTENT TO SOLE SOURCE ROVER 6S AND ACCESSORIES
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center in San Diego, intends to procure ROVER 6S ruggedized laptop PCs and accessories through a sole source contract. This procurement aims to enhance situational awareness for the Naval Aviation Warfighting Development Center's Joint Close Air Support Branch during live training events, enabling personnel to effectively view aircraft targeting pod video downlink from greater distances and in challenging radio frequency environments. The required items include a ROVER 6S transceiver with encryption capabilities, an enhanced RX and TX kit, and a ruggedized Panasonic Toughbook laptop, all designed to meet military standards and ensure compatibility with existing Department of Defense systems. Interested vendors should contact Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or call 619-556-5361 for further details, with an anticipated delivery period of 120 days after receipt of order.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    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.
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
    Rockwell Automation Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking proposals for the renewal of Rockwell Automation software licenses, specifically RSLogix, which are critical for operations at Stennis Space Center (SSC) from March 9, 2025, to March 8, 2026. The procurement aims to ensure the continuity of essential software support for propulsion test programs, as alternative solutions would disrupt operations and incur significant costs and delays. This opportunity is set aside for small businesses, and interested vendors must be authorized resellers or distributors of Rockwell products, with quotes due by March 3, 2025. For further inquiries, potential offerors can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.