Intent to Sole Source Learn to Win Premium Software licenses and the Digitization of Curriculum
ID: FA301025R0005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the acquisition of Learn to Win Premium Software licenses and the digitization of curriculum to Learntowin, Inc. This procurement aims to enhance the training capabilities of the 81st Training Group (TRG) by leveraging the interactive learning platform previously developed by Learntowin under a Small Business Innovation Research (SBIR) Phase II contract. The Phase III award is justified as it builds upon prior efforts and is expected to facilitate the commercialization of technology that benefits both the Department of Defense and the broader marketplace. Interested parties can reach out to Stacey Zawalski at stacey.zawalski.1@us.af.mil or by phone at 228-377-1829 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the determination and findings (D&F) for a Small Business Innovation Research (SBIR) Phase III award to Learntowin, Inc., following their successful Phase II award. Administered by the 81st Contracting Squadron, Department of the Air Force, the Phase III contract aims to support emerging requirements within the 81st Training Group (TRG) for technical training transformation. Learntowin, Inc. previously developed an interactive learning platform under the Phase II contract, which aligns directly with the TRG's need for customized and technology-driven training solutions. The D&F confirms that the Phase III award is justified without further competition since it extends prior SBIR efforts, as permitted by the Small Business Act. The anticipated Phase III collaboration will allow for the commercialization of technology that benefits both the Department of Defense (DoD) and the broader marketplace by creating a unified, efficient content development platform. Overall, the D&F concludes that awarding the Phase III contract to Learntowin, Inc. is in the best interest of the U.S. Government in advancing its training capabilities while ensuring compliance with statutory provisions related to sole-source awards in SBIR initiatives.
    Similar Opportunities
    Intent to Award Sole Source - Abaqus Software
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory, intends to award a sole source contract for the Abaqus software to the supplier Abaqus, with the contract effective from April 1, 2025, to March 31, 2026. This procurement, categorized under the NAICS code 513210 and PSC code 7A21, is critical for the Air Force's operational needs, as Abaqus software is widely used for advanced simulations in engineering and design. Interested suppliers are invited to submit capability statements within six days for consideration, with a potential for competitive procurement based on the responses received; submissions must be unclassified and sent to Stephen Wenclewicz at stephen.wenclewicz.1@us.af.mil by March 9, 2025.
    OUSDC Distributed Learning
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for the OUSDC Distributed Learning initiative, aimed at enhancing professional and management development training. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the importance of supporting veteran entrepreneurs in the training sector. The selected contractor will be responsible for developing and delivering training curricula that meet the educational needs of the Department, contributing to the overall effectiveness of military personnel training programs. Interested parties can reach out to Rashida Webb at rashida.d.webb.civ@mail.mil or call 703-545-3351, or contact Maria Baquerizo-Poole at maria.i.baquerizo-poole.civ@mail.mil or 202-748-0735 for further information.
    SOLE SOURCE – Keysight Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting offers for a sole source service contract for the procurement of unique software licenses from Keysight/Riscure. This solicitation, categorized under Other Computer Related Services (NAICS 541519), emphasizes the acquisition of USB portable subscription licenses for software, with specific quantities and options for additional seats, all under brand-name procurement guidelines as mandated by the Federal Acquisition Regulation (FAR). The initiative aims to support women-owned small businesses while ensuring compliance with federal contracting standards, with detailed instructions regarding payment methods, delivery expectations, and reporting requirements. Interested vendors can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further inquiries regarding this opportunity.
    Army Training and Leadership Development
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking vendors to support the Army Training and Leadership Development (ATLD) program through a Request for Information (RFI). The objective is to identify capable organizations that can provide programmatic support, guidance for leader development initiatives, and management of training resources, which are critical for large-scale combat operations and effective leader development. This procurement is vital for ensuring the Army's preparedness through efficient training management and resource utilization. Interested parties are encouraged to submit a capabilities statement by contacting Kelsey Thomas at kelsey.l.thomas13.civ@army.mil or Abosede Olasupo at abosede.o.olasupo.civ@army.mil, with the anticipated contract period beginning in May 2025, encompassing one base year and four option years.
    SOLE SOURCE – ANYSYS ZEMAX OPTIC ENTERPRISE SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS ZEMAX Optic Studio Enterprise Lease Software under a sole source contract. This procurement aims to provide essential software licensing for optical design and analysis, which is critical for various defense applications. The contract is structured as an unrestricted opportunity under NAICS code 513210, emphasizing the government's commitment to engaging small businesses, particularly Women-Owned Small Businesses (WOSBs). Interested parties can reach out to Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for inquiries, with a delivery deadline set for April 11, 2025.
    Intent to Sole Source: Mercyhurst University Partnership
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Mercyhurst University for unclassified research and analysis services required by the National Space Intelligence Center (NSIC). The contract will focus on conducting open-source research related to foreign capabilities and strategies in the space domain, as well as providing classroom instruction on analytic techniques to NSIC analysts. This partnership is crucial for enhancing national security by delivering advanced intelligence on foreign threats to U.S. space operations. Interested parties may submit capability statements or proposals by March 12, 2025, and should direct inquiries to Matthew Shofner at matthew.shofner.1@us.af.mil or Ljuan Benbow at ljuan.benbow.1@us.af.mil.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    FA830725RB033 MicroFocus Fortify FY25 RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding alternative licensing models for the MicroFocus Fortify application security platform through a Sources Sought notice. The procurement aims to enhance the security posture of software development processes by soliciting proposals that include Static Application Security Testing (SAST) and Dynamic Application Security Testing (DAST), with a focus on compliance with industry standards such as NIST, CWE, and OWASP. Vendors are required to provide detailed comparisons of licensing options, pricing structures for transitions and training, and demonstrate how their solutions can integrate with existing security tools while ensuring compliance and facilitating a reduction in application vulnerabilities. Interested parties should contact Ms. M Elizabeth Pittman at martha.pittman@us.af.mil or Jay Walker at jamail.walker.1@us.af.mil for further information.
    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.
    Emotional Intelligence Software
    Buyer not available
    The Department of Defense, through the 319th Contracting Squadron at Grand Forks Air Force Base in North Dakota, is seeking capabilities packages from small businesses for the provision of Emotional Intelligence Software. The primary objective is to deliver fifty hours of mixed reality training sessions aimed at enhancing military personnel's skills in emotional intelligence, communication, and leadership, with a focus on empathetic interaction and managing difficult conversations in a simulated environment. This initiative underscores the Air Force's commitment to developing essential interpersonal skills within its workforce through innovative training methods. Interested firms must submit their responses by March 21, 2025, at 1:00 PM Central Time to SSgt Luis Lopez-Rosales at luis.lopez-rosales@us.af.mil, with the NAICS code for this acquisition being 611430 and a maximum size standard of $15 million for qualifying firms.