SPECIAL NOTICE
70 -- Notice of Intent to Sole Source - Law Manager
- Notice Date
- 9/8/2025 9:34:52 AM
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- OFFICE OF INSPECTOR GENERAL WASHINGTON DC 20005 USA
- ZIP Code
- 20005
- Solicitation Number
- 15G1AC25N00000010
- Response Due
- 9/11/2025 12:00:00 PM
- Archive Date
- 09/26/2025
- 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 Law Manager, Inc., utilizing an open market simplified acquisition procedure tool for a Firm Fixed-Price (FFP) contract. The purpose for this FFP contract is to establish a purchase order that will continue to provide the DOJ OIG the ability to access Law Manager Pro license with additional support and maintenance. The requirement supports maintaining and tracking all complaints and subsequent investigative activity. The NAICS code for this contract action is 541511 - Custom Computer Programming Services (SBA Size Standard: $34.0 Million). The Product Service Code for this action is 7A21 IT and Telecom - Business Application Software (Perpetual License Software). Based on market research, DOJ OIG has deemed that the items for the requirement being sought will need to be procured through Law Manager, Inc. The OIG currently utilizes a perpetual license of Law Manager Pro and receives maintenance and support through Law Manager, Inc. It is in the best interest to procure with Law Manager, Inc. due to the currently utilized license being heavily customized by this vendor to develop the DOJ OIG�s Investigations Division (INV) sensitive case tracking database system (IDMS). No other vendor can offer support or upgrades to the software as it exists because only this vendor has access to the full programming code, as customized. Utilizing Law Manager, Inc. as a sole source offers the opportunity to procure the requirement without the OIG experiencing substantial duplication of cost related to customization, warranties, repairs, maintenance, etc. to new and existing requirements that could not be expected to be recovered through competition. It is recommended that the requirement be procured via a 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, September 11, 2025 at 3:00 pm ET. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the requirement. 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 15G1AC25N00000010. If by Thursday, September 11, 2025, no viable responses have been received in response to this announcement, DOJ OIG shall negotiate solely with Law Manager, Inc. Any prospective contractor must be registered in the System for Award Management (SAM) and be an authorized distributor of Law Manager, 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 Law Manager, Inc manufactured/developed products and/or services, as well as an authorized distributor letter from Law Manager, Inc should be submitted if you are not the manufacturer/developer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/93f641082e4d4318892ba8a2cbd54bb0/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN07581413-F 20250910/250908230040 (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 |