Notice of Intent to Sole Source - IADS License Renewal
ID: FA9101-24-Q-0006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

PSC

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

    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE intends to sole source the renewal of an IADS License. The IADS License is a type of business application software used for IT and telecom purposes. The procurement will take place at Holloman AFB, NM, 88330, USA. For more details, refer to the attached notice. For any inquiries, contact Chuck King at charles.king.42@us.af.mil or 5757211245.

    Point(s) of Contact
    Files
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Award Sole Source - ABAQUS software
    Buyer not available
    The Department of Defense, specifically the United States Air Force, intends to award a Firm-Fixed-Price contract to ImmixGroup, Inc. for the renewal of SIMULIA software ABAQUS/CAE licenses and analysis tokens. This procurement aims to secure essential software tools that support ongoing research and development initiatives at the Air Force Research Laboratory (AFRL/RXOC), with a base period of performance lasting 12 months and three additional 12-month options available. Interested parties may submit capability statements for consideration within seven days of the notice, with responses due by April 24, 2025, and the anticipated award date set for April 30, 2025. For further inquiries, contact Benjamin Spencer at benjamin.spencer.8@us.af.mil.
    Notice of Intent to Sole Source- Advantor Intrusion Detection System
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), has issued a Notice of Intent to award a sole source contract to Advantor Systems, Ltd. for the installation of an intrusion detection system. This procurement involves the installation of six passive infrared (PIR) sensors, five building management system (BMS) sensors, and two control panels, all integrated with Advantor’s ASN 6.2, as Advantor is the only responsible source due to its proprietary rights and the absence of alternative certified systems. The project is governed by the Buy American Act, and while this notice is informational and does not solicit bids, interested parties may submit capability statements by April 25, 2025, to demonstrate their ability to meet the requirements, ensuring they are registered in the System for Award Management (SAM). For any inquiries, initial concerns should be directed to the contracting officer, with an ombudsman available for dispute resolution.
    Notice of Intent to Sole Source to SmarTec, Inc.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source procurement action for a cloud-hosted software solution developed by SmarTec, Inc., known as Okaya. This software is designed to handle and safeguard sensitive data while providing guidance to reduce stress for service members in high operational tempo roles, and it currently holds Investigational Review Board approval from the 711 Human Performance Wing and AFRL. The procurement falls under the NAICS code 513210, with a business size standard of $47 million, and the government will consider proposals from other firms that can demonstrate the capability to provide an equivalent solution within 7 days of this notice. Interested parties must submit their interest letters by April 23, 2025, to Paul Baraldi at paul.baraldi@spaceforce.mil, as the government retains discretion over the determination to compete this contract action.
    Air Defense Interrogator Hardware Upgrade- Sole Source to Raytheon Collins Aerospace
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure an upgrade for the Air Defense Interrogator (ADI) TPX-57A(V)1 hardware, specifically under the solicitation number SPRRA2-25-R-0055. This procurement aims to enhance the capabilities of the ADI, which supports the PATRIOT’s Identification Friend or Foe (IFF) system, integral to the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). The acquisition is restricted to Raytheon Collins Aerospace due to the specialized nature of the hardware, and interested parties must be Joint Certification Program (JCP) certified to receive the Statement of Work (SOW). Interested vendors should direct their inquiries to Lauren Tatum at lauren.tatum@dla.mil or Anna Phillips at anna.phillips@dla.mil, with a response deadline set for 15 days from the presolicitation notice.
    Acquisition Due-In System (ADIS) & Contracting Information Database System (CIDS) Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide program operations support for the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS) under a Sources Sought notice. The objective of this procurement is to maintain and enhance the operational integrity of these critical logistics business systems that support the Air Force acquisition process, ensuring compliance with statutory and regulatory guidelines while facilitating efficient data management and reporting. The ADIS and CIDS systems are vital for tracking procurement activities, managing contract data, and improving the overall acquisition process within the Air Force, making this opportunity significant for enhancing operational readiness. Interested parties, particularly 8(a) small businesses, must submit their capabilities and relevant experience by May 8, 2025, and can contact Morgan Suntay at morgan.suntay@us.af.mil or Major Ronald L. Hirsch at ronald.hirsch.1@us.af.mil for further information.
    Brand Name - Mathworks LicenseRenewals
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
    Tempo Licensing and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to negotiate a sole source contract for Tempo Licensing and Maintenance Support with Andromeda Systems Incorporated (ASI). This procurement aims to secure ongoing licensing and maintenance services for software critical to the Air Force's operations. The services are vital for ensuring the reliability and functionality of IT and telecom systems, particularly in the context of server hardware and perpetual license software. Interested parties can reach out to Chloe Thomas at chloe.thomas.1@us.af.mil or Carrie Adams at carrie.adams.1@us.af.mil for further information regarding this opportunity.
    KenCast GBS FAZZT Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
    JREAT Helpdesk 2025 - Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Army National Guard, intends to issue a sole source firm fixed price contract to Science Applications International Incorporation for the JREAT Helpdesk 2025 services. This procurement involves providing updated software licenses for the Joint Range Extension (JRE) system, which is critical for maintaining the security and interoperability of JREAT equipment used in mission execution. The contract will span one base year with four optional years, requiring the contractor to supply personnel, equipment, and quality control measures while adhering to specific performance metrics and compliance regulations. Interested parties must express their interest and capability by April 22, 2025, by contacting Clesson Paet at clesson.k.paet.civ@army.mil, with the NAICS code for this procurement being 513210 and a size standard of $47 million.
    E3 SYSTEM AIRBORNE WARNING AND CONTROL SYSTEM (AWACS)-AVIONICS INTEGRATION LAB (AIL) INTEGRATION AND TEST SUPPORT (AITS) (SYSTEM AITS) LAB SUPPORT
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is planning a contract extension with The Boeing Company for the ongoing operations and maintenance of the E-3 System AWACS Integration and Test Support (AITS) laboratory. This laboratory is critical for the development and testing of software and hardware prior to their integration with operational aircraft, significantly reducing the need for extensive flight testing. The contract extension is justified under federal regulations permitting sole-source awards when only one responsible source can fulfill agency requirements without causing delays. Interested parties may direct inquiries to Brett Clemens at brett.clemens.1@us.af.mil or Allison Eacrett at allison.eacrett@us.af.mil, noting that this notice serves solely for informational purposes and does not constitute a Request for Proposal (RFP).