SPECIAL NOTICE
D -- INTENT TO SOLE SOURCE - UNIPOINT SOFTWARE
- Notice Date
- 9/2/2025 4:22:56 PM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- WX04914Y2025T
- Response Due
- 9/11/2025 7:00:00 AM
- Archive Date
- 09/26/2025
- Point of Contact
- Justin Burger, Gary Patrick Topper
- E-Mail Address
-
justin.burger@fema.dhs.gov, gary.topper@fema.dhs.gov
(justin.burger@fema.dhs.gov, gary.topper@fema.dhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 13) with UniPoint Software, Inc., 1425 Whyte Avenue, Suite 200, Winnipeg, MB R3E1V7, as the only responsible source that can provide quality management system support for UniPoint software and software support at the Center for Domestic Preparedness (CDP) located in Anniston, AL. UniPoint Software, Inc. is the sole vendor capable of meeting CDP�s unique training requirements. UniPoint�s Quality Management Software system was installed by UniPoint at the CDP for their unique abilities to interconnect and function with current DHS network architecture, maintenance platforms and configuration. Similar products lack the innovation, automation, metrics, and centralized feature(s) required and do not meet, or cannot be modified to meet, the needs of the CDP. The UniPoint software systems are proprietary and there are no authorized support providers. Based on the above information, the only organization known which can provide technically acceptable services is UniPoint Software, Inc. The objective is to make certain the UniPoint software system is available for the sustainment, strengthening, and of data gathering, analysis, reporting, and documentation, is updated and operating properly, and is in full compliance with international, national, and agency standards for the CDP to help minimize system downtime and manual information tracking. Specifically, the major tasks (or services required) are as follows: 1. International Standards for Organizations (ISO) compliance 2. Automated modules, metrics, performance indicators, tools and technology to meet all requirements by the American National Standards Institute (ANSI)/International Association for Continuous Education and Training (IACET) ANSI/IACET (Standard for Continuing Education and Training) 3. ISO 31000 (Risk Management) 4. ISO 9001 (document Control) for CDP programs that include the Chemical, Ordnance, Biological, Radiological Training Facility (COBRATF) products and services. 5. National Archives and Records Administration (NARA) compliance 6. 2025 FEMA Annual Planning Guidance and DHS Guidance for Data Reporting compliance 7. Automated capability to capture, analyze, report data trends, and automate compliance and certification processes for Just-In-Time reporting, archiving and retrieval. The period of performance will be for one (1) year from the date of award, with the potential of two (2) one-year option periods for renewal at the discretion of the Government. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541519 Other Computer Related Services with a Small Business Size Standard of $34.0 million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same services. All capability statements received within five (5) days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Justin Burger at justin.burger@fema.dhs.gov. Statements are due by 10:00 AM EDT, September 11, 2025. No phone calls or faxed statements will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d49461865e1415dadbe77ecc16ee157/view)
- Place of Performance
- Address: Anniston, AL 36205, USA
- Zip Code: 36205
- Country: USA
- Zip Code: 36205
- Record
- SN07574126-F 20250904/250902230045 (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 |