Gimmal Physical P1 Software Renewal
ID: 9594CS25Q0030Type: Solicitation
Overview

Buyer

COURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES OFFENDER SUPV AGCYWASHINGTON, DC, 20004, USA

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Court Services and Offender Supervision Agency (CSOSA) is seeking proposals for the renewal of the Gimmal Physical P1 Software, which is critical for the secure management of physical records related to offenders under its supervision. The procurement aims to secure annual maintenance support for this software, with a subscription period that includes a base period and four option periods extending from March 1, 2025, to February 29, 2030. This brand name justification underscores the necessity of this specific software for maintaining the integrity of CSOSA's operations, as it is the only brand reasonably available for the required support. Interested small businesses must submit their quotes by February 20, 2025, at 11:59 PM Eastern Time, and can direct inquiries to Cathy Collins at catherine.collins@csosa.gov or by phone at 202-220-5354.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as Amendment 0001 to solicitation number 9594CS25Q0030 from the Court Services and Offender Supervision Agency (CSOSA) regarding the Annual Maintenance Support for Gimmal Physical P1 Software Application. It outlines important instructions for acknowledgment of amendments to the solicitation and provides responses to questions from potential contractors. Key responses include confirmation that CSOSA is currently receiving support for their software, which expires on February 28, 2025, and that no updates for the software have been communicated by the manufacturer. The document states that the quote submission deadline remains unchanged at February 20, 2025, at 11:59 PM Eastern Time, and that no further inquiries will be answered. Importantly, acknowledgments of the amendment must be included with any quotes submitted, ensuring that contractors remain compliant with the updated solicitation requirements.
    The document presents the FAR 52.212-3 provision detailing the Offeror Representations and Certifications for commercial products and services in federal acquisitions. It outlines requirements for offerors regarding their annual electronic representations and certifications through the System for Award Management (SAM). Various definitions are provided, including terms such as "economically disadvantaged women-owned small business" and "service-disabled veteran-owned small business." The provision requires offerors to disclose their business status (e.g., small, women-owned), responses to compliance with regulations concerning child labor and sensitive technology, and affirmations about tax liabilities and criminal convictions. Additionally, it addresses the Buy American Act and certifications required for compliance with federal laws that prohibit contracting with entities engaged in restricted operations in certain countries, notably Sudan and Iran. It aims to ensure transparency, compliance, and integrity in federal contracting processes while encouraging participation from diverse business categories. The document serves as a comprehensive guide for offerors navigating the certifications necessary to engage in government contracts, emphasizing ethical business practices and adherence to federal regulations.
    The Court Services and Offender Supervision Agency (CSOSA) seeks to procure annual maintenance support for its Gimmal Physical Software, designed for secure management of physical records related to offenders under its supervision. This justification falls under the brand name procurement category as per FAR 13.106-1(b)(1)(i), indicating that only this brand is reasonably available for necessary support. The subscription period is structured into a base period and four option periods from March 1, 2025, to February 29, 2030. The justification outlines the urgency and specificity of the need for this particular software maintenance, emphasizing its importance in maintaining the integrity of physical records management for CSOSA's operations. The document's primary focus is on the rationale for the single-source procurement process, underscoring both the necessity of the service and adherence to federal acquisition regulations.
    The document appears to be a corrupted or unreadable file and does not convey coherent information regarding federal RFPs, grants, or state/local proposals. As such, a meaningful summary could not be generated from the content provided. It is essential for documents of this nature to maintain clarity and a structured format to ensure their purpose is communicated effectively. If available, a clear version of the file would enable a comprehensive review and summary of its key topics and ideas relevant to government funding initiatives or procurement processes. Without decipherable content, the document fails to provide insights or actionable information concerning government requests for proposals or related grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sexual Offender Assessment &Treatment Services for Justice Involved Offenders
    Buyer not available
    The Court Services and Offender Supervision Agency (CSOSA) is soliciting proposals for Sexual Offender Assessment and Treatment Services aimed at justice-involved offenders in Washington, D.C. The procurement seeks comprehensive outpatient services, including individual and group counseling, polygraph testing, and the development of individualized treatment plans to reduce recidivism and enhance public safety. This initiative is critical for managing sexually offending behaviors and ensuring compliance with statutory requirements for offender treatment and supervision. Interested vendors, particularly small businesses, must submit their quotes and completed past performance questionnaires by February 24, 2025, to Mathew Collins at mathew.collins@csosa.gov.
    Treatment Services Requirement
    Buyer not available
    The Court Services and Offender Supervision Agency (CSOSA) is seeking qualified organizations to provide Residential and Intensive Outpatient Drug Treatment Services, Supportive Housing Services, and Medication Assistance Treatment (Detox) Services for the Pretrial Services Agency (PSA) in Washington, D.C. This initiative aims to enhance community safety and promote pretrial justice by offering essential support to defendants during their pretrial period, thereby reducing the likelihood of future criminal behavior. Interested vendors are invited to participate in a virtual Industry Day on February 26, 2025, from 1:00 PM to 3:30 PM EDT, where they can learn more about the upcoming requirements and engage with PSA representatives. For further inquiries, participants can contact Tamara Brown at tamara.brown@psa.gov or Deborah Murphy at deborah.murphy@psa.gov.
    GSA FY25 Bluebeam Revu SW License Renewal
    Buyer not available
    The General Services Administration (GSA) is seeking authorized resellers to provide a renewal of Bluebeam Revu software licenses for fiscal year 2025, under Request for Quotation (RFQ) No. 47HAA025Q0022. The procurement will be executed as a firm fixed price contract using a Lowest Price Technically Acceptable (LPTA) evaluation method, focusing on cost-effectiveness while ensuring compliance with specific technical requirements. The renewal encompasses a total of 450 software licenses, which are critical for construction document review and cost estimations, highlighting the unique capabilities of Bluebeam Revu that are essential for GSA operations. Quotations must be submitted electronically by February 20, 2025, and interested vendors can contact Colin Beckford at colin.beckford@gsa.gov for further information.
    CSI BRIDGE AND SAP2000 MAINTENANCE
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotes for the maintenance of CSiBridge and SAP2000 software licenses. This procurement aims to ensure the continued functionality and support of these critical software tools, which are essential for structural analysis and bridge engineering projects. The selected vendor must be an authorized reseller of Computers & Structures, Inc., as the software is uniquely suited for finite element calculations required for Federal Lands projects. Quotations are due by February 24, 2025, and interested vendors should contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for software support related to earthquake monitoring and data product distribution. The procurement aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective coordination of seismic monitoring across the nation. This initiative is crucial for advancing public safety and scientific inquiry in earthquake response capabilities. Interested bidders must submit their proposals by March 4, 2025, with the contract period spanning from April 1, 2025, to March 31, 2030, and a total project budget not to exceed $5 million. For further inquiries, potential offerors can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located within the State Border of Oklahoma. Home Confinement within Radius 100 Miles of the Facility.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services and Home Confinement placements for male and female federal offenders within the state of Oklahoma. The procurement includes a guaranteed minimum of 66 in-house RRC beds (60 for males and 6 for females) and a home confinement requirement with a minimum of 50 placements, both of which are essential for effective offender management and rehabilitation. This Firm-Fixed Price/IDIQ contract will have a one-year base period with four optional years, emphasizing the need for a single provider to ensure interconnected programming and case management. The solicitation, identified as 15BRRC25R00000004, will be available on January 6, 2025, through the GSA’s Federal Business Opportunities website, with proposals due approximately 60 days later around March 7, 2025. Interested parties should monitor the website for updates and are encouraged to contact Matthew Comstock or Tana Jankowiak for further inquiries.
    Rhapsody Annual Support and Maintenance of Rhapsody Integration Engine
    Buyer not available
    The U.S. Department of Agriculture (USDA) is soliciting quotes for the Rhapsody Annual Support and Maintenance of the Rhapsody Integration Engine, aimed at ensuring the effective operation of critical communication systems within the agency. This procurement involves the maintenance of 58 licenses, each supporting 10 communication points, along with a subscription for disaster recovery services covering 120 communication points, highlighting the importance of robust technical support for federal operations. The contract, set aside for small businesses under NAICS code 541519, will be awarded based on a Lowest Priced Technically Acceptable (LPTA) evaluation methodology, with quotes due by February 20, 2025, and inquiries accepted until February 17, 2025. Interested vendors must contact Mindy Klask at mindy.klask@usda.gov or call 407-572-0429 for further details.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    Notice of Intent for SAS Software Licenses
    Buyer not available
    The U.S. Secret Service (USSS), part of the Department of Homeland Security, intends to award a sole source delivery order for SAS Software Licenses to Executive Information Systems, LLC. This procurement includes licenses for SAS Analytics and SAS/ETS for ten users each, along with annual maintenance, supporting the Office of Human Resources' Workforce Planning Division. The software is critical for the USSS's analytical operations, and the justification for selecting Executive Information Systems as the sole source is based on their status as the only authorized reseller of the required software. Interested parties who believe they can meet the requirements must submit written evidence of capability by 10:00 AM ET on February 24, 2025, to Theresa Williams at theresa.williams@usss.dhs.gov, as phone submissions are not accepted.
    PRIMO Software Licensing
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.