Notice of Intent to Sole Source - Actian Dataconnect Software Maintenance Support
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Marine Corps Installations-National Capital Region (MCI-NCR), intends to award a sole source contract to Actian Corporation for the maintenance support of Actian DataConnect software. This procurement aims to secure software maintenance and support services for perpetual licenses, with a support period extending from December 31, 2024, to December 30, 2025. The software is critical for integrating data across multiple sources for the Total Forces Data Warehouse (TFDW), and the sole-source justification is based on Actian's proprietary rights and the significant risks associated with transitioning to alternative solutions. Interested parties may submit capability statements to David Laster at david.laster@usmc.mil by December 2, 2023, at 11:00 AM Eastern Time for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Marine Corps (USMC) has issued a memorandum justifying the use of Other than Full and Open Competition for a procurement action under FAR Part 13, necessitating software maintenance and support for Actian DataConnect. The memorandum cites that Actian Corporation is the sole source available due to its proprietary rights and the essential role of its software in integrating data across multiple sources for the Total Forces Data Warehouse (TFDW). The request involves renewing a software license and support services from December 31, 2024, to December 30, 2025. The necessity for sole-source procurement is compounded by the risk of substantial operational disruption and cost increases associated with transitioning to alternative software. The memorandum also dismisses various competing software solutions based on compatibility, performance, and cost-efficiency issues. The USMC emphasizes ongoing market research to identify potential new technologies that may offer competitive alternatives in the future. The certifications from personnel involved affirm the accuracy and completeness of the document's content.
    Lifecycle
    Similar Opportunities
    7G21--Data Innovations Software Service (VA-25-00056570) Sole Source Notification
    Buyer not available
    The Department of Veterans Affairs intends to award a Sole Source Firm-Fixed-Price contract to Data Innovation, Inc. for software support and maintenance of the Data Innovations Instrument Manager Core System at the Michael E. DeBakey VA Medical Center in Houston, Texas. This contract will cover a base year with four one-year options and includes comprehensive software support, upgrades, and maintenance to ensure optimal performance of critical medical software used in VA services. The procurement is conducted under Simplified Acquisition Procedures, and interested contractors must demonstrate their capability to meet specific government requirements, including timely support response and compliance with OEM specifications. For inquiries, interested parties may contact Oney Kelly at Oney.Kelly@va.gov by March 28, 2025, with the anticipated award date set for June 30, 2025.
    CADIQ Software Maintenance Subscription
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract for a CADIQ Software Maintenance Subscription to International TechneGroup Incorporated. This procurement aims to support 3D model inspection and integrity during the conversion of file types to 3D models, requiring a software subscription that includes licensing, maintenance, and support. The CADIQ Software is critical for ensuring the quality and reliability of 3D models used in various defense applications, and as the original equipment manufacturer, International TechneGroup retains all proprietary rights to the software. Interested parties may submit a capability statement within five calendar days of this notice to be considered for potential competitive procurement, with Jessica Franceschini as the primary contact at jessica.d.franceschini.civ@us.navy.mil.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.
    Notice of Intent to Sole Source to COLSA Corporation
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to COLSA Corporation for engineering services related to Data Link Test Tools (DLTT) and Gateway Systems (GS). The contract will encompass research, analysis, design, modification, documentation, configuration management, and engineering support services necessary for the continued growth and maintenance of these systems, which are critical for addressing interoperability challenges. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement by April 7, 2025, at 0800 PST, with inquiries directed to Contract Specialist Dan A Nardi at dan.a.nardi.civ@us.navy.mil or by phone at 619-553-4511.
    Intent to Limit Sources for a Brand Name on a Sole Source Basis – Rubrik Software License Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center in Yokosuka, intends to award a sole source contract for the renewal of Rubrik software licenses and support services. This procurement aims to secure a firm fixed price delivery order for essential Rubrik products, including the Rubrik Security Cloud and support for the R6000S hardware, ensuring compliance with federal information assurance standards as outlined in NIST SP 800-53 rev4. The renewal is critical for maintaining the functionality of the Joint Region Marianas' central log server, which plays a vital role in meeting security protocols and enhancing technological infrastructure. Interested vendors must respond by 1000 JST on April 3, 2025, and can direct inquiries to Patrick Collins at Patrick.P.Collins.civ@us.navy.mil.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    NOTICE OF INTENT TO SOLE SOURCE TO JANES GROUP US LLC
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Jane’s Group US LLC for a specialized database subscription. This procurement aims to secure high-quality, validated, and unbiased open-source defense intelligence, which includes critical programs such as Defense Equipment and Technology, Defense Industry and Markets, Terrorism and Insurgency Centre, and Country Intelligence, all of which support various defense-related research and analysis efforts. The anticipated award date is on or before April 10, 2025, and interested parties must submit capability statements by 12:00 PM Pacific Standard Time on March 19, 2025, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
    7A--Intent to sole source notice for DataSplice
    Buyer not available
    The Department of Energy's Western Area Power Administration intends to procure a sole-source contract for the annual renewal of the DataSplice Software Subscription, including maintenance support. This procurement is essential for maintaining operational efficiency and ensuring continued access to critical software tools used within the agency. The period of performance for this contract is set from April 2, 2025, to April 1, 2026, and interested parties are invited to submit capability statements by 3:00 PM EDT within four calendar days of the notice publication. For further inquiries, potential vendors can contact Amber Myers at amyers@wapa.gov or by phone at 970-725-2854.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.