Notice of Intent Sole Source
ID: 832469980Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

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

    Notice of Intent Sole Source DEPT OF DEFENSE (DEFENSE INFORMATION SYSTEMS AGENCY) is seeking a renewal of ERI Salary Assessor software from ERI, Inc. The software is used for assessing and determining salary levels. The procurement is for a perpetual license software in the IT and Telecom - Business Application Software industry. The place of performance is Ophiem, Illinois, United States. For more information, contact Kristen Unfried at kristen.m.unfried.civ@mail.mil or 6184186798.

    Files
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Systemware Annual Software Maintenance
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to procure annual software maintenance for Systemware software, with a contract period from October 1, 2025, to September 30, 2026. This procurement is intended to be a sole-source contract with Systemware, Inc., the Original Equipment Manufacturer (OEM), as they are the only entity capable of fulfilling the maintenance requirements. The software maintenance is critical for ensuring the continued functionality and support of the Systemware software, which is essential for various defense operations. Interested vendors must submit their capabilities within 10 days of the notice, by June 20, 2025, although no costs for this process will be reimbursed. For further inquiries, interested parties can contact Monica Hinkle at monica.l.hinkle2.civ@mail.mil or Lisa Pregartner at lisa.pregartner2.civ@mail.mil.
    Notice of Intent to award to a Single Source -- Solipsys warranties
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract to Solipsys Corporation for the renewal of three existing Cyber Security Long Term Support (LTS) Maintenance Warranties for the Multi-Source Correlator Tracker (MSCT) software utilized in the Scalable Control and Reporting Agile Mission-Kit (SCRAM-K) system at various USAFE locations. This procurement is necessary to ensure continued support, including 24/7 phone and email assistance for multiple versions of the MSCT software, which is proprietary to Solipsys as the Original Equipment Manufacturer (OEM) of the Battlespace Command and Control Center (BC3) system. The intent to proceed with a single source purchase order is due to Solipsys holding exclusive rights to the MSCT software source code, and no other vendors are authorized to provide these warranties. Interested parties may contact Robert Neeb at robert.neeb.2@us.af.mil or Capt Kevin Sheedy at kevin.sheedy.3@us.af.mil for further information, although this notice is not a request for competitive proposals.
    Worksoft annual software support renewal for NEBS
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), intends to negotiate a sole-source contract with K2 Telecom, Inc., also known as The Wallace Group, for the annual renewal of Worksoft Certify software support for the Navy Enterprise Business Solutions Program Office. This procurement is essential for maintaining the operational capabilities of the software, which is critical for business applications within the Navy's enterprise solutions. The contract is set to cover the period from July 1, 2025, to June 30, 2026, and interested companies may express their capabilities within 15 days of this notice, although no proposals will be accepted, and the agency will not reimburse any associated costs. For further inquiries, interested parties can contact Alexis Corley at alexis.n.corley.civ@mail.mil or Josh Schaufelberger at joshua.t.schaufelberger.civ@mail.mil.
    OUSDI&S R&E ERMD Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking market research responses for the Enterprise Resource Management Database (ERMD) Support Services on behalf of the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)). The primary objective of this procurement is to enhance and sustain ERMD systems that manage high-value defense programs, ensuring compliance with security requirements, including a Top Secret Facility Clearance. This initiative is crucial for improving data management processes within defense operations, with anticipated contract values ranging from $5.9 million to $6.8 million and a performance period beginning in September 2025. Interested firms, particularly small businesses, are encouraged to submit their Capabilities Statements by June 16, 2025, to the primary contact, Syreeta Donald, at whs.ncr.ad.mbx.eosd-tab-branch@mail.mil.
    Notice of Intent to Sole Source, Data Acquisition Unit for 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 Hi-Techniques Inc. for the procurement of a specialized benchtop data acquisition unit (DAQ) chassis. This unit must accommodate up to eight modules, allowing for a total of 64 data channels, and is required to meet specific technical specifications, including high sampling rates and compatibility with various sensors. The DAQ unit is critical for advanced data collection and analysis in geotechnical and structural research, ensuring precise measurements for ongoing projects. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 4:00 PM CST on June 18, 2025, although a solicitation will not be issued, and the contract is expected to be awarded on a firm-fixed price basis.
    Request for Information - DocuSign Software Licenses
    Buyer not available
    The Department of Defense, specifically the Army, is seeking information from vendors regarding the procurement of DocuSign software licenses to support the Army Accessions Information Environment (AIE). The requirement includes brand name DocuSign products such as the DocuSign Connector for Salesforce, DocuSign Enterprise Pro, and Enterprise Premier Support, with a total of 50 seat licenses and 1 support service license needed for each of the two consecutive years from June 27, 2025, to June 26, 2027. This initiative underscores the importance of reliable software solutions in facilitating efficient operations within the Army's information systems. Interested vendors are encouraged to respond via email to the designated contacts, Abby Robbins and Kyle Holgorsen, and must include their company name, unique entity identification number (UEI), and confirmation of their capability to provide the required software.
    Notice of Intent - Sole Source - Simulia Abaqus
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure Simulia Abaqus software and associated maintenance services from Immix Technology via a sole-source contract. This procurement is essential for conducting structural evaluations of surface ship and submarine structures, leveraging the unique capabilities of the software that have been validated over three decades by NAVSEA technical personnel. Interested parties are invited to submit a capabilities statement by July 5, 2025, although this notice is not a request for competitive quotes; the government will ensure that costs are fair and reasonable based on prior assessments. For further inquiries, interested parties can contact Steven Besanko at steven.besanko@navy.mil or by phone at 301-312-3357.
    Sole Source Requirement for the Omega-NExT Software Renewal for FY25
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking a sole source contractor for the renewal of the Omega-NExT Software for fiscal year 2025. The procurement involves providing extended product support and software maintenance for the Omega-NExT Software Suite, which is critical for real-time data processing used in military operations. This software maintenance is essential to ensure compliance with information security standards and to enhance data processing capabilities for aircraft and unmanned control systems. Interested parties should direct inquiries to Shannon Canada at shannon.m.canada.civ@us.navy.mil, with the contract period set from July 1, 2025, to June 30, 2026, and a firm-fixed price structure anticipated for this procurement.
    iSEC7 Enterprise Mobility Management (EMM)/Sphere for Defense Enterprise Email (DEE)
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals from qualified 8(a) certified companies for the renewal of ISEC7 Enterprise Mobility Management (EMM) Sphere licenses, specifically for 5,000 Department of Defense Mobility Classified Capability – Secret (DMCC-S) devices. This procurement aims to secure brand-name software that includes a Microsoft Outlook Client module with secure privileged identity management and delegation mailbox capabilities, which are critical for enabling encrypted information access on DMCC-S devices. The contract period is set from July 15, 2025, to July 14, 2026, with proposals due by June 20, 2025, at 11:00 AM CST. Interested vendors should direct inquiries to Angela Zang or Derek Urscheler via the provided contact details, ensuring compliance with all submission guidelines outlined in the solicitation documents.
    Notice of Intent to Award Sole Source - STT Link 16 CMI SW License
    Buyer not available
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER) in Alaska, intends to award a sole-source contract for the purchase of an STT Link 16 CMI Software License to L3Harris Technologies, Inc. This procurement is being conducted under the authority of FAR Part 13.106-1(b)(1)(i), indicating that only a single source is reasonably available to meet the requirements. The software is critical for military communications and operations, ensuring effective data exchange and situational awareness. Interested organizations that believe they can provide the required product must submit their capabilities and qualifications in writing to the primary contact, Brendon Yellott, at brendon.yellott@us.af.mil by 10:00 AM AKDT on June 16, 2025. No competitive quotes will be accepted, and oral communications will not be considered.