NOTICE OF INTENT TO AWARD A SOLE SOURCE – POLY INC
ID: PANHES-24-P-0000003342Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 29, 2024, 12:00 AM UTC
  3. 3
    Due Sep 14, 2024, 2:30 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole source contract to Poly Inc. for the procurement of a specialized software tool designed for analyzing and validating Line of Sight (LoS) for live fire training ranges. This software is critical for the Range Training Land Program (RTLP), which assists military agencies in designing effective training environments, and must be compatible with existing engineering applications such as Bentley OpenRoads and Autodesk Civil 3D. The contract will include the delivery of the software within 12 months, along with necessary technical support and training for personnel, ensuring operational readiness and compliance with military standards. Interested parties may express their capabilities within 15 calendar days of this notice, and inquiries can be directed to William G. Seelmann at william.g.seelmann@usace.army.mil or by phone at 256-895-9476.

Files
Title
Posted
Sep 29, 2024, 4:42 PM UTC
This memorandum outlines a non-competitive procurement action under FAR Part 13 for the acquisition of the Line of Sight (LoS) software tool and support services. The Contracting Officer determined that only Poly Inc. could fulfill the Army's requirements, necessitated by the need for software compatibility with both MicroStation and Autodesk Civil 3D engineering software, essential for the Range and Land Program's mission. A sources sought notice published in July 2024 indicated that Poly Inc.’s RangeSight software is currently the only solution that meets the Army’s specifications while operating independently of MicroStation. The analysis concluded that it would not be advantageous for the government to solicit competitive offers, as Poly Inc. remains the sole source that can deliver the required software tool effectively. Consequently, the Contracting Officer recommended proceeding with a purchase order to Poly Inc. without competition. This action emphasizes the government's reliance on specific vendors under urgent procurement conditions to ensure operational readiness and technical compatibility.
Sep 29, 2024, 4:42 PM UTC
The U.S. Army Corps of Engineers (USACE) is seeking a software tool for analyzing and validating Line of Sight (LoS) designs for live fire training ranges. This initiative supports the Range Training Land Program (RTLP) and requires that the proposed software be compatible with existing tools like Bentley OpenRoads and Autodesk Civil 3D. The contract includes the delivery of the software within 12 months, alongside technical support and training for personnel. Key deliverables involve user manuals, regular updates, and compatibility assurance with Windows 10 systems. Essential software functions include LoS evaluation for various scenarios, visual and numerical profiling, and beaten zone analysis for improved training range design. Additionally, contractors will provide technical support and training for CEHNC staff, ensuring proper understanding and use of the new tool. The document outlines mandatory project milestones, invoicing processes, and security guidelines. Overall, this project emphasizes enhancing military training infrastructure through effective engineering solutions.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
NOTICE OF INTENT TO AWARD SINGLE SOURCE to PLEXSYS Interface Products, Inc. for Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems software support.
Buyer not available
The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER) in Alaska, intends to award a single-source contract to PLEXSYS Interface Products, Inc. for software support of the Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems. This procurement aims to secure proprietary software support, unique troubleshooting capabilities, and system-trained technicians necessary for the maintenance and software updates of the ASCOT and DLI systems, which are critical for military training operations. The contract will cover one year of support from June 1, 2025, to May 31, 2026, with an option for an additional year, and is expected to be awarded on May 31, 2025. Interested parties may submit capability statements by April 24, 2025, to Jason P. Topick at jason.topick.1@us.af.mil, with specific guidelines for submission outlined in the notice.
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
INTENT TO SOLICIT ONLY ONE SOURCE – One (1) Free-space measurement system and add-ons
Buyer not available
The Department of Defense, specifically the Army Research Laboratory (ARL), intends to solicit a single source for the procurement of one Free-space measurement system and associated add-ons. The requirements include a Focused Beam Base System, measurement software for free space and waveguide applications, an automated control system for specimen handling, and upgrades for measurement capabilities, all aimed at enhancing RF sensing research. This procurement is crucial for advancing the ARL's capabilities in radio frequency sciences, with a contract type designated as Firm Fixed Price (FFP) and inspections to occur at the Adelphi Laboratory Center in Maryland. Interested vendors should direct inquiries to Stency Steephan or Zachary Dowling via the provided contact information, with proposals due five days after posting, specifically by September 15, 2025.
Notice of Intent to Sole Source - Remote Weapon Station Effort
Buyer not available
The Department of Defense, specifically the Marine Corps, intends to negotiate a sole-source contract with Kongsberg Defense & Aerospace Inc. for the procurement of a Remote Weapon Station, along with training, spares, engineering services, and sustainment. This procurement is critical as the Remote Weapon Station is the only known solution that meets the U.S. Marine Corps' requirements and is compatible with the MADIS Inc. 1 Command & Control software baseline. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability responses by 10:00 AM local time on April 17, 2025, to Mr. Justin Hempe and Ms. Stasia Baker via the provided email addresses.
Notice of Intent to Sole Source Development of Custom Research-grade X-band Radar System
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), intends to award a sole source contract for the development of a custom research-grade X-band radar system to Oregon State University. This radar system is essential for advancing fundamental science in radar signal processing, particularly in resolving surfzone waves, sand bars, and currents, which existing commercial radar systems cannot achieve. The unique capabilities of Oregon State University in developing and deploying surfzone radar systems, demonstrated through extensive field campaigns and academic publications, make them the only viable source for this requirement. Interested parties who believe they can fulfill this requirement are encouraged to submit a capability statement by contacting Rhoda Lewis at rhoda.a.lewis@usace.army.mil, with responses due by the specified deadline.
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
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.