SOURCES SOUGHT: Web-based human resources software

The Government is looking for software that allows human resources professionals to gather feedback from employees in order to shape or drive policies related to the unit’s people through the employment and collection of surveys or other feedback mechanisms. It should also be able to help employees develop resiliency and a sense of agency in development/growth. This requirement is for software licenses for the product, rather than Government ownership.

Our intent is the same as any other large-scale enterprise with thousands of employee stakeholders: to provide our people with both resources to help them be the best at what they do, and to have another way to help our organization provide the best work environment possible through informed policy and decision-making.

The software should be commercially-available. It should be useable by accessing a website for both the employee and HR “sides” of the interface. Some examples of the capabilities we are looking for include:

  • Based on survey results, software must be capable of recommending/providing training to assist employees improve individual mindset and motivation
  • Link employees’ capabilities and motivation to the organization’s mission to enhance workforce resiliency and engagement
  • Track information needed to prepare employees to meet the organization needs,
  • Provide management with informative dashboards that showcased aligned employee motivation and linkage to the organization culture/mission in a real time environment that will enhance mission accomplishment,
  • Have to capability to provide management with key information to help decrease absenteeism, high personnel turnover, and increase performance and quality of life.
  • Real time dynamic information
  • Scalable to meet additional management requirements

The Government has no product specification, nor do we have an existing product in mind. We seek industry input/feedback on available products that can help us achieve the above.

NOTE: We cannot use any software that requires installation on Government equipment due to certain restrictions. Any solution must be web-accessible.

We ask respondents to tell us about:

1) their product: What does it do? Does it include the functions described? All of them? Some? Can it include those things? What else can it do?

2) their company: Small business? Large? CAGE code?

Product specifications are welcome. E-mail the point of contact for this release for any clarifications or questions.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: Redstone Arsenal , AL 35898 USA

Full details via beta.sam.gov

SOURCES SOUGHT: FortiNet FortiGate Software License Subscriptions

The following information is provided to assist the Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ, in conducting market research of industry for the procurement of FortiNet FortiGate software license support and subscriptions to support the communications security for the P-8A Poseidon aircraft. These license subscriptions are for continued support and services for these devices to meet security communication requirements. This effort will support the requirements of the United States Navy, Royal Australian Air Force (P-8A Cooperative Partner), as well as Foreign Military Sales customers, including the United Kingdom, Norway, Republic of Korea, and Germany. At this time, pending market research results, NAWCAD Lakehurst, NJ intends to negotiate on a limited competition basis with Fortinet’s authorized resellers that are capable of meeting the requirements. The Government does not possess the technical data package required for the FortiGate firewall.

  • Original Set Aside:
  • Product Service Code: 7A21 – IT AND TELECOM – BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: USA

Full details via beta.sam.gov


Smartronix LLC Awarded $78.8M IDIQ Contract

Smartronix LLC, Hollywood, Maryland, is awarded a $78,281,152 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides airborne capabilities integration support, including development, design, coding, integration, demonstration, and validation of software for embedded systems, real-time operating systems and hardware, and software systems in support of various Navy, Department of Defense, and other government new and legacy weapons systems, platforms and networks. Work will be performed in Hollywood, Maryland (30%); St. Inigoes, Maryland (28%); Huntsville, Alabama (28%); Patuxent River, Maryland (12%); Bowie, Maryland (1%); and California, Maryland (1%), and is expected to be completed in November 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0007).

Smartronix, Inc. provides software solutions. The Company develops, designs, and implements software for its clients, as well as offers messaging and collaboration, server and application virtualization, enterprise content management, data warehouse development, and service-oriented architecture design. Smartronix serves the military, government, and other sectors. (www.bloomberg.com)

RFI: Software Development Programs and IT Services

The Naval Air Warfare Center, Weapons Division intends to award a contract to Stauder Technologies for the development and delivery of upgrades to the proprietary software Joint Effects and Coordination Link (JECL) and mobileJECL for the purposes of connecting Digital Imagery Exploitation Engine (DIEE) and the Kinetic Integrated Lightweight Software Individual Tactical combat Handheld (KILSWITCH) applications with customers’ requirements for different messaging formats.  Included will be support services for JECL and mobileJECL executable services and mobileJECL Android-Precision Assault Strike Suite (A-PASS) Plugin executable and source code, updated as necessary to encompass customer requirements.  DIEE and KILSWITCH will not interact with all customer messaging formats without the use of JECL or mobileJECL and each message format may require modification to ensure proper interaction.  Local and/or remote testing at China Lake, CA (or another approved facility) may be required.

REQUIRED CAPABILITIES: This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 15 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Responses to this sources sought shall be submitted to the contracting office and reference solicitation number N68936-19-R-0053  All responsible sources may submit a capability statement, which shall be considered by the agency. Responses and requests shall be submitted by email to john.faria@navy.mil or to Commander, Code 254100D (J. FARIA), NAVAIR WD, 1 Administration Circle, Bldg. 2334, STOP 1303, China Lake, CA 93555-6100.

  • Product Service Code: 7030 – INFORMATION TECHNOLOGY SOFTWARE
  • NAICS Code: 541511 – Custom Computer Programming Services
  • Place of Performance: USA
  • Updated Response Date: Sep 23, 2020 03:00 pm PDT

Full details via beta.sam.gov


GovCon Logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Engineering and Software System Solutions & University of Dayton Research Institute Awarded $277,000,000 For Landing Gear Engineering Services

Engineering and Software System Solutions, San Diego, California and University of Dayton Research Institute, Dayton, Ohio have been collectively awarded a ceiling $277,000,000 indefinite-delivery/indefinite-quantity modification to previously awarded contracts for landing gear engineering services. The purpose of this modification is to increase the total contract estimate for the Atlas 3 multiple award contract with no change to the scope of the contracts. The increase will allow continued execution of work to be performed to support landing gear engineering services, which ensure mission safety, improve system life cycle costs, improve operational capability and performance, improve sustainment including maintainability and support and improve environmental safety and friendliness. Work will be performed as indicated in contract award on each individual task order and is expected to be completed July 29, 2029. No funds are being obligated at the time of award but will be obligated on each individual task order. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity.

NIST Seeks For Automation Hardware and Software Upgrade Provider for Non-Contact mm-Wave Probe Station

The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable of providing an Automation Hardware and Software Upgrade for Non-Contact mm-Wave Probe Station. The Quantitative Nanostructure Characterization group in PML seeks to acquire a hardware and software upgrade to automate operation of and data acquisition from a non-contact, two-port probe station for mm-wave (~100 GHz to ~1.0 THz) measurements of on-wafer devices. The upgrade must be compatible with the existing non-contact probe station (Teraprobes Inc Model Number TP-100-M8025-P) and existing mm-wave test platform components. The existing test platform components include a vector network analyzer, mm-wave extension modules, and diagonal feed horns. The probe station will support ongoing NIST programs in mm-wave device and materials characterization for a wide variety of applications, including biological sensing, measurement calibration, and wireless communications.

NIST is conducting research into non-contact measurement of on-wafer devices at mm-wave frequencies. Non-contact techniques complement techniques that use probes in physical contact with the device. o date, NIST has used a manually operated non-contact probe station. Recent advances in automation of non-contact, on-wafer characterization improve throughput by a factor of ten or more compared to manual, on-wafer characterization. The Quantitative Nanostructure Characterization group seeks an upgrade for automation of its existing non-contact probe station to improve measurement throughput and reproducibility.

Interested business organizations that believe they are capable of meeting the requirement should submit electronic copies or mailed copies of their capability statements. Please limit responses to FIVE (5) pages or less (8.5″ x11″ format, 1″ margins, 12-point font, double spaced), including figures and tables. Responses should include the following information:

1. Name of the company and address that will provide the product.

2. Company DUNS number, Cage Code, Tax ID Number, and Type of small business, e.g., Services Disabled Veteran Owned Small Business, Veteran-owned small business, 8(a), HUBZone, Women-Owned Small Business, Small disadvantaged business, or Small Business HUBZone business.

3. Company point of contact, phone, fax, and e-mail.
4. Name of the company that will manufacture the product.
5. Specification sheets and examples of products that meet the specifications.

6. Contact information of customers who have obtained and used these products.
7. Typical lead time to deliver the product after receipt of the order.
8. Any other relevant information that is not listed above, which the Government should consider in developing its minimum specifications and finalizing its market research.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES.

Any company proprietary information should be so marked. The written capability statement should be received by the Contracting Officer no later than 7:00 pm Mountain Standard Time (MST) August 15, 2020. The capability statement shall identify the business status of the organization.

Doing business with the federal government for IT companies

Over the last several weeks I have noticed an uptick in the amount of companies wanting to do federal contracting for IT related services. This includes programmers, network administrators, software design, hardware design, security implementation, the whole gambit.

However, many of them often have the same questions. How do I break into this marketplace? Who should I call, what activities should I be doing?

Over the last dozen or so emails my response has been the same time and time again. So I figured why not create a blog post to help provide guidance to those persons needing to find their way.

For most IT companies they have a difficult time understanding the inner workings of government and how to break in. Here are a few things to consider.

  • Does the government buy your product/service from a Best in Class vehicle? Which ones?
  • Are you interested in SBIR/STTR?
  • Can you develop custom applications?
  • Do you have a specialty area? Software, application type
  • Are you familiar with OTA, CSO and BAA?
  • What products have you delivered successfully?

If you are unfamiliar with any of the words above then I recommend you do some of the HW assignments below.

This will help familiarize you with various ways in which the government buys IT related services. Additionally, this will dramatically increase your knowledge base and vocabulary in this marketplace; something that will help you get up to speed rather quickly.

Recommended HW:

  1. Listen to my podcast episode with software company Fearless.They created the SBA HUBZone map and the website. Podcast or YouTube
  2. Watch my YouTube video discussing submitting unsolicited proposals, white papers and quad charts with Pierce Robinson. Watch now
  3. Listen to episode with Dr. Grant former director of SBIR/STTR at NASA. Listen now.
  4. Research Best In Class vehicles. Category Management using GSA new search tool. Head there now.
  5. Try and answer the Seven Critical Question test from the Silicon Valley Way. Take test now

Hope this helps some people out there to try and get clarity where often none can be found.

/ EC