ProjNet Bidder Inquiry Service Subscription
ID: W912DR23P0008Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA

PSC

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

    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Justification
    Similar Opportunities
    Notice of Intent to Sole Source GeoScienceWorld Journal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC), intends to award a sole source contract to GeoScienceWorld Journals for a subscription to their GeoScienceWorld and GeoRef journals. This procurement is necessary as the subscriptions are proprietary and no other publishers can fulfill this requirement. The subscriptions are critical for accessing specialized scientific literature and research in the geosciences, which supports the Army's engineering and research initiatives. Interested vendors may submit capability statements or proposals to Markia Anderson at markia.d.anderson@usace.army.mil by 12:00 PM CST on December 5, 2025, although a solicitation will not be issued, and the government retains discretion over the procurement process.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    ASTM Compass Subscription Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to renew its subscription to ASTM Compass, a critical resource for accessing ASTM technical standards. This procurement is a sole source contract intended to maintain uninterrupted access to essential services utilized by Warfare Center Research Commons users at NUWC Newport and NSWC Carderock, with the subscription renewal also extending to a new location at NSWC Division Corona. Interested vendors must submit their quotes by November 7, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. The contract will cover the period from January 1, 2026, to December 31, 2026.
    Janes Customer Portal
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure subscriptions for the Janes Customer Portal, specifically for Equipment and News, under solicitation number N66604-26-Q-0014. This procurement is a sole-source, firm-fixed-price acquisition set aside for small businesses, requiring subscriptions for the period from January 1, 2026, to December 31, 2026, as Janes Group is recognized as a leading publisher of open-source defense intelligence critical for Navy research and operational advantage. Interested firms must submit a written response with a capability statement by October 15, 2025, at 6:00 PM EST, including item prices, shipping costs, and other relevant details, with active SAM registration required for participation. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    70--Bloomberg BNEF Online Subscription Licenses for the EITF
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Huntsville Engineering and Support Center, is seeking to acquire online subscription licenses for Bloomberg New Energy Finance (BNEF) to support various energy initiatives across U.S. Army and Air Force installations. The subscription service is required to provide essential resources such as Research Notes, Analyst Reactions, Quarterly Outlooks, Conference Calls, and Sector Specific Models and Data, which will aid in planning, comparative analysis, project feasibility, and risk evaluation for large-scale renewable energy projects. This procurement is crucial for the effective management and execution of energy projects, ensuring a comprehensive approach to renewable energy across military sites. Interested vendors can reach out to Paul Speering at paul.f.speering@usace.army.mil or Aquiller Cole at aquiller.cole@usace.army.mil for further details.
    Multisim Power Pro Edition License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a single perpetual license of the Multisim Power Pro Edition software. This procurement is a Total Small Business Set-Aside and requires the software to be delivered via download, along with a three-year customer service contact for availability. The software is crucial for various applications within the laboratory, emphasizing the need for new equipment that meets specific brand requirements. Interested vendors must submit their quotes, including shipping costs, to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil by the specified deadline, ensuring compliance with all outlined terms and conditions.
    PIER/RAIL Repair Kits - J&A Redaction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source contract for PIER/RAIL Repair Kits to Edwards Design and Fabrication Incorporated (EDFI). This procurement involves up to 130 sets of expedient pier repair and off-loading ramp kits, with a total contract value of $10.3 million over five years, funded by FY2022 and FY2023 RDT&E and OPA funds, to support operational needs for the United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM). EDFI has been the sole provider of these kits since 2016, leveraging its unique expertise and proprietary manufacturing processes, which are critical to avoiding significant delays and costs associated with qualifying alternative sources. 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 information.
    Pricing & Purchasing Service-North American Prices Module online subscription.
    Buyer not available
    The Department of Defense, through the Defense Contract Management Agency (DCMA), is seeking a subscription for the Pricing and Purchasing Service – North American Prices Module. This procurement aims to provide access to electronic databases and publications that facilitate the retrieval of forecast economic data, which is essential for DCMA Cost and Pricing Regional Command personnel in their daily cost and price functions. The data obtained from this module will assist analysts in identifying key escalation drivers and risks related to proposed price rates, wage escalations, and economic price adjustments in contracts between private sector companies and the Government. Interested parties can reach out to Joan Kramer at joan.d.kramer.civ@mail.mil or by phone at 804-609-4312 for further details regarding this opportunity.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.