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 Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
Notice of Intent to Sole Source Geophones for the ERDC GSL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Geospace Technologies Corporation for the procurement of geophones and related equipment. The requirement includes three GS-ONE, 10 HZ geophones, 24 channel seismic cables, one Geospace Connectorless Recorder, and 24 months of technical phone support, all of which must meet specific frequency response specifications to align with existing in-house equipment. This procurement is critical for ensuring the consistency and reliability of geophysical data collection, as Geospace Technologies is the sole manufacturer and supplier of these geophones in North America. Interested vendors may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil and David Ammerman at David.G.Ammerman@usace.army.mil by 1:00 PM CST on May 2, 2025, although this notice is not a request for competitive quotes or proposals.
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.
Notice of Intent to Issue Sole Source Award - BAE Systems
Buyer not available
The Defense Logistics Agency (DLA) Distribution intends to award a sole source contract to BAE Systems Information and Electronic Systems Integration Inc. for a SOCET GXP GeoAnalysis Bundle Upgrade at their San Joaquin, California location. This procurement involves software upgrades, technical support, free training at regional centers, and access to the GXP customer portal, with the contract effective from June 1, 2025, to May 31, 2026. The upgrade is crucial for enhancing DLA's operational capabilities through specialized software solutions, reflecting the agency's strategic approach to software acquisitions. Interested contractors may express their capabilities, but the decision to proceed with this sole source acquisition rests solely with the government. For further inquiries, potential bidders can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or by phone at 717-770-4285.
Phoenix LiDAR Software & Training
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking proposals from small businesses for the procurement of Phoenix LiDAR software and associated training services. The contract includes the purchase of the Phoenix SpatialPro and Navlab Embedded software modules, which are essential for LiDAR UAV operations, as well as comprehensive training programs covering flight operations, LiDAR acquisition, and post-processing techniques. This procurement is critical for maintaining the efficiency and operational readiness of the Geospatial UAS Survey Programs, consolidating software and training needs into a single contract to reduce downtime and labor for USACE employees. Interested vendors should contact Lisa Bisnette at lisa.d.bisnette@usace.army.mil or Richard Mathena at richard.a.mathena@usace.army.mil for further details, with the opportunity being set aside for small businesses under the SBA guidelines.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for parts lists for 18 PUMM mixers directly from the original manufacturer, BP Littleford, for use at the McAlester Army Ammunition Plant. This procurement is necessary due to BP Littleford's unique material and technical capabilities, which ensure precise compatibility and performance tailored to the specific operating system requirements. The emphasis on obtaining components that meet exact specifications underscores the critical nature of quality and reliability in government-related procurements. Interested parties can direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil, noting that this is not a request for offers and that the procurement will be conducted under 'other than full and open competition' as authorized by FAR 6.302-1.
SciTools Understand License Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of licenses for SciTools Understand software on a sole-source basis from Emenda USA. The procurement includes 20 units of UND-LAB20-SUB, 4 units of UND-LAB-RESET, and 5 units of UND-NL-SUB, as Emenda USA is the sole authorized distributor for Scientific Toolworks Inc. in North America. This software is critical for various defense-related applications, ensuring quality and reliability in software development and analysis. Interested firms that believe they can meet the requirements must submit a capability statement to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil within five days of this notice, referencing solicitation number N6893625Q5053. All interested parties must also be registered in the System for Award Management (SAM) database to be eligible for contract award.
Notice of Intent to Sole Source Award for TOCNET Equipment Replacement”
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort Irwin, intends to award a sole source contract to SCI Technology, Inc. for the replacement of the TOCNET system, which is critical for mission command operations within the 52ID Division Tactical Operations Center and other areas at the National Training Center. The procurement aims to modernize the existing TOCNET equipment, which has been in continuous operation since 2014 and has deteriorated, thereby affecting communication reliability and operational safety during training exercises. This upgrade is essential to ensure uninterrupted FM communications between key personnel and rotational units, thereby maintaining mission efficiency and safety standards. Interested parties may submit capability statements to demonstrate their ability to meet the requirement, although no competitive quotes will be solicited. For further inquiries, contact LC Thames at l.c.thames.civ@army.mil or Theresa Rodriguez at theresa.rodriguez2.civ@army.mil.
Notice of Intent STK Premium (Space)
Buyer not available
The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eisenhower, Georgia, intends to negotiate a sole-source contract with Ansys Government Initiatives (AGI) for the procurement of STK Premium (Space) software. This software is critical for modifying satellite mission requirements, designing trajectories, conducting space operations, and integrating real-time data from orbiting constellations, thereby enhancing multidomain operational planning for space, air, and terrestrial assets. The government plans to execute this non-competitive award under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive advantage by April 29, 2025. For further inquiries, interested parties may contact Keosha Moss at keosha.j.moss.civ@army.mil.
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.