Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2025 SAM #8628
SPECIAL NOTICE

R -- NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT TO POPLICUS INCORPORATED, doing business as (dba) GOVINI, FOR DATA MINING SOFTWARE AS A SERVICE

Notice Date
7/9/2025 1:40:24 PM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003425NOI79
 
Response Due
7/16/2025 10:00:00 AM
 
Archive Date
07/31/2025
 
Point of Contact
Rashida D. Webb, JEANELLE JOSEPH
 
E-Mail Address
dod-cloud-responses@dds.mil, jeanelle.joseph.civ@mail.mil
(dod-cloud-responses@dds.mil, jeanelle.joseph.civ@mail.mil)
 
Description
PURSUANT TO FAR 5.203(a), THIS IS A NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT TO POPLICUS INCORPORATED, doing business as (dba) GOVINI, FOR DATA MINING SOFTWARE AS A SERVICE. The Washington Headquarters Services, Acquisition Directorate (WHS/AD), on behalf of the Office of the Director of Administration and Management (ODA&M) and ODA&M�s successor organization, Acquisition Policy and Innovation (API), intends to award a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Poplicus Incorporated (doing business as (dba) Govini) for a continued, at-scale Data-Mining Software-as-a-Service (SaaS) platform that includes direct data access via licensing and expert data analytic services. The IDIQ serves as a contract vehicle to license the SaaS platform data, sustain current reform efforts, and procure the analytic capabilities needed to support the DoD�s business operations. The contractor on this single-award IDIQ is currently performing these mission-critical services. The ordering period of the Data Mining IDIQ will be for approximately 2 months and will include a 6-month extension in accordance with FAR 52.217-8, with the last ordering period ending on September 30, 2025. The estimated value of the IDIQ ceiling will range from $40,000,000 to $50,000,000. This action is authorized under the provisions of 10 United States Code (U.S.C.) 3204(a)(2) as implemented by Federal Acquisition Regulation (FAR) 6.302-2, �Unusual and Compelling Urgency.� Specifically, as implemented at FAR 6.302-2(a)(2): �When the agency�s need for the supplies or services is of such an unusual and compelling urgency that the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals, full and open competition need not be provided for.� The Data Mining IDIQ is essential to numerous critical missions, including: Counter-threat finance analysis by the Security Assistance Group - Ukraine (SAG-U). Naval surface ship acquisition, including digital mapping of common parts and parts pricing analysis. Weapons system readiness analyses and diminishing manufacturing sources and material shortages avoidance. Without these data mining capabilities, Defense acquisition program managers will be unable to effectively map and monitor the Defense Industrial Base, predict program delays and cost overruns, and ensure weapons system readiness. Market analysis timelines will triple, and integrated portfolio analysis of DoD investments will become manpower-intensive and unable to be completed with sufficient speed. The data accessed via the SaaS platform is necessary to help prevent schedule delays and cost overruns in Defense Acquisition Programs by using advanced analytics and analysis to provide predictive capabilities for program managers. Without data mining capabilities, defense acquisition program managers will not be able to map and monitor elements of the Defense Industrial Base that are important to their programs, including mapping individual components to weapon systems, suppliers of those components, and the components' supply chains. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by responding to this notice via email to the POC listed below with a PDF file, referencing notice of intent number, no later than 1:00 P.M. EST, July 16, 2025. All information submitted should support the offerors capability to provide the services required and shall be furnished at no cost or obligation to the Government. The Government reserves the right to cancel the Sole Source Award. The primary North American Industry Classification System (NAICS) code is 541990, All Other Professional, Scientific and Technical Services. Small business size standard is $19.5 million.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/872f55fe538244aba58b768bd7216e34/view)
 
Place of Performance
Address: Washington, DC 20301, USA
Zip Code: 20301
Country: USA
 
Record
SN07502761-F 20250711/250709230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.