Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
SPECIAL NOTICE

D -- Notice of Intent to Sole Source - DATAPILOT

Notice Date
7/14/2025 6:25:14 AM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
OFFICE OF INSPECTOR GENERAL WASHINGTON DC 20005 USA
 
ZIP Code
20005
 
Solicitation Number
15G1AC25N00000008
 
Response Due
7/17/2025 6:59:00 AM
 
Archive Date
08/01/2025
 
Point of Contact
Johao Stewart, Phone: Email only, please.
 
E-Mail Address
johao.stewart@usdoj.gov
(johao.stewart@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of Justice (DOJ), Office of the Inspector General (OIG) intends to negotiate on a sole source basis with Susteen Inc., utilizing a Federal Supply Schedule order procurement tool for a Firm Fixed-Price (FFP) contract. The purpose of this FFP contract is to establish a task/delivery order with a base period, plus four option periods. It will continue to provide the DOJ OIG with the ability to access DATAPILOT. The requirement allows the opportunity for DOJ OIG digital forensic specialists and investigators to offer mobile methods to acquire forensically-sound images of digital evidence in the field or in the lab. There is a potential that the quantity/service request may increase after award if a need arises. The NAICS code for this contract action is 513210 - Software Publishers (SBA Size Standard: $47.0 Million). The Product Service Code for this action is DA10 - IT and Telecom - Business Application/Application Development Software as A Service. Based on market research, the DOJ OIG has deemed that the items for the requirement being sought will need to be procured through Susteen Inc. It is in the best interest of the DOJ OIG to procure Susteen Inc products due to the requirement needing to be compatible with currently utilized hardware and licenses. Acquiring Susteen Inc products offers the opportunity to procure the requirement without the OIG experiencing delays in investigations and substantial duplication of costs related to warranties, repairs, maintenance, etc. to new and existing supplies that could not be expected to be recovered through competition. Susteen Inc is the only source for DATAPILOT licenses. It is recommended that the requirement be procured via a Federal Supply Schedule order sole source Federal Supply Schedule order, utilizing authority found in FAR 8.405-6(a)(1)(i)(B). This notice of intent is not a request for quotations; Any party who believes they can fulfil this requirement should provide a capabilities statement no later than Thursday, July 17, 2025 at 09:59 am ET. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required supply/service. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement 15G1AC25N00000008. If by Thursday, July 17, 2025, no viable responses have been received in response to this announcement, DOJ OIG shall negotiate solely with Susteen Inc. Any prospective contractor must be registered in the System for Award Management (SAM) and be an authorized distributor of Susteen Inc products in order to be eligible for award. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contracting Officer, Johao Stewart by email at johao.stewart@usdoj.gov. The capability documentation should include general information and specific technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of training and certification for performing service support for the Susteen Inc manufactured equipment and/or services, as well as an authorized distributor letter from Susteen Inc should be submitted if you are not the manufacturer/developer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d00f17fcc7a74388b002fbb895491fc0/view)
 
Place of Performance
Address: Washington, DC 20002, USA
Zip Code: 20002
Country: USA
 
Record
SN07507827-F 20250716/250714230045 (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.