Special Ed Connection Software
ID: HQ003425SN0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Software Publishers (513210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Washington Headquarters Services (WHS) of the Department of Defense intends to award a sole source Firm Fixed Price (FFP) contract to LRP Media Group for a subscription to the Special Ed Connection Software-as-a-Service (SaaS) platform. This procurement aims to provide the Defense Office of Hearings and Appeals (DOHA) with essential access to statutes, regulations, and case law related to special education, which is critical for informed decision-making by legal professionals within the office. The contract, justified under FAR regulations for its unique service requirements, is planned for a term of approximately five years, with an option for a six-month extension, concluding on March 31, 2031. Interested parties may express their capability to fulfill the requirements by contacting Rashida D. Webb at rashida.d.webb.civ@mail.mil or Joshua Blow at joshua.a.blow.ctr@mail.mil by August 5, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Washington Headquarters Services (WHS), Acquisition Directorate, intends to issue a sole source Firm Fixed Price (FFP) contract to LRP Media Group for subscription services to the Special Ed Connection Software-as-a-Service (SaaS) platform. This contract aims to provide the Defense Office of Hearings and Appeals (DOHA) with access to critical data on special education statutes, regulations, and case law, essential for informed decision-making by attorneys and judges within the DOHA. The subscription is planned for a term of approximately five years, with an option for a six-month extension, concluding on March 31, 2031. The contract is justified under FAR regulations allowing sole sourcing due to the unique nature of the required services. Interested parties may express their capability to fulfill the requirements by responding via email by August 5, 2025. The primary NAICS code for this action is 513210, with a small business size standard of $47 million. This notice emphasizes the government's need for reliable and current resources to support compliance with the Individuals with Disabilities Education Act (IDEA) and facilitate effective legal outcomes in matters of special education.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    Defense Science Board (DSB) Summer Study Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    Notice of Intent to Award Sole Source Washington State Patrol Database ACCESS Subscription
    Buyer not available
    The Department of Defense, specifically the Mission Installation Contracting Command at Joint Base Lewis-McChord, intends to award a sole source contract for a subscription to the Washington State Patrol's ACCESS system, a web-based law enforcement information system. This procurement aims to secure monthly access to critical databases that provide law enforcement information from both state and federal sources, essential for the operational needs of law enforcement entities at JBLM. The Washington State Patrol is the sole provider of this vital data service, which supports functions such as checking for warrants and vehicle registrations, thereby playing a crucial role in the law enforcement mission within the JBLM community. Interested parties must express their interest and capability to respond by 12 PM PST on December 9, 2025, and can direct inquiries to Diana Neff at diana.c.neff.civ@army.mil.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Buyer not available
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    Limited Sources Justification
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), has issued a Limited Sources Justification for a procurement opportunity related to professional program management and support services. The specific requirements and objectives of this procurement are detailed in the attached documentation, which outlines the justification for limited sources. These services are critical for ensuring effective program management within the Department of Defense, highlighting their importance in maintaining operational efficiency. Interested parties can reach out to Kimberly Kozlowski at kimberly.e.kozlowski.civ@mail.mil for further information regarding this opportunity.
    AbilityOne DOW Contract Management Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award an indefinite delivery-indefinite quantity (IDIQ) contract for contract management services to the National Industries for the Blind (NIB) under the AbilityOne program. This procurement aims to provide essential support for contract closeout services, including the deobligation of Unliquidated Obligations (ULOs) and Undelivered Orders (UDOs), as well as other administrative functions related to contract completion and closeout. The services are crucial for ensuring efficient management of contracts across various contracting activity organizations within the Department of War. Interested parties can reach out to Jonathan Bertsch at jonathan.bertsch@whs.mil or Fedline Crowell at fedline.crowell.civ@mail.mil for further information regarding this presolicitation notice.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    JOFOC: NOTICE OF INTENT TO AWARD SOLE SOURCE: COUNCIL OF CHIEF STATE SCHOOL OFFICERS TASK FORCE
    Buyer not available
    The Department of Education's National Assessment Governing Board intends to award a sole source contract to the Council of Chief State School Officers (CCSSO) to support its policy-setting work related to The Nation's Report Card. This contract aims to leverage the unique perspectives of state education policymakers, which are crucial for informing the Governing Board's decisions and enhancing outreach efforts across all 50 states. The contract will have a base period of 24 months with an option for an additional year, and is expected to be awarded around April 16, 2023. Interested organizations may submit capability statements to Anthony White at anthony.r.white@ed.gov by March 3, 2023.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.