SPECIAL NOTICE
D -- Notice of Intent to Sole Source - Upgrade to iManage Development and Production System
- Notice Date
- 7/7/2025 7:52:25 AM
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- OFFICE OF INSPECTOR GENERAL WASHINGTON DC 20005 USA
- ZIP Code
- 20005
- Solicitation Number
- 15G1AC25N00000007
- Response Due
- 7/10/2025 8:59:00 AM
- Archive Date
- 07/25/2025
- Point of Contact
- Johao Stewart, Phone: Email only, please.
- E-Mail Address
-
johao.stewart@usdoj.gov
(johao.stewart@usdoj.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Department of Justice (DOJ), Office of the Inspector General (OIG) intends to negotiate on a sole source basis with Harbor Government Solutions, LLC, utilizing a Purchase Order procurement tool for a Firm Fixed-Price (FFP) contract. The purpose of this FFP contract is to establish a purchase order. It will provide the DOJ OIG Investigations Division�s (INV) with the required upgrade to iManage (current version 10.2.5.37), the Server (current version 10.3.0.287), and IDOL Indexer. A previous scan of iManage found a serious issue with the Apache HTTP Server because it could be actively exploited by attackers. These security flaws allow attackers to find hidden or restricted web addresses (URLs) on servers using Apache. This could lead to them running harmful code or seeing the server's source code. The server is also running an outdated and unsupported version of Python, a general-purpose programming language for developers, which makes it even more vulnerable to unauthorized access. Hackers could use these flaws to access hidden URLs, run unauthorized code, or view sensitive files, which would undermine INV�s ability to fulfill its strategic objective of promoting data security. The NAICS code for this contract action 541512 - Computer Systems Design Services (SBA Size Standard: $34.0 Million). The Product Service Code for this action is DA01 - IT and Telecom � Business Application/Application Development Support Services (Labor). Based on market research, the DOJ OIG has deemed that the services for the requirement being sought will need to be procured through a domestic-owned authorized iManage partner. It is in the best interest of the DOJ OIG to procure services through an authorized iManage partner due to costs related to warranties, repairs, maintenance, etc. to existing software that could not be expected to be recovered through competition. Harbor Government Solutions, LLC is the only domestic source that is an authorized iManage partner capable of fulfilling the requirement. It is recommended that the requirement be procured via utilizing an open market sole source simplified acquisition procedure, utilizing authority found in FAR 13.106-1 (b)(1). 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 10, 2025 at 11:59 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 15G1AC25N00000007. If by Thursday, July 10, 2025, no viable responses have been received in response to this announcement, DOJ OIG shall negotiate solely with Harbor Government Solutions, LLC. Any prospective contractor must be registered in the System for Award Management (SAM) and be domestic owned and based 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 iManage software and/or services, as well as an authorized distributor letter from iManage should be submitted if you are not the developer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9123c2af5e7e401682b148f168b0bc7f/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN07499759-F 20250709/250707230043 (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 |