Bloom software support renewal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Information Systems Agency (DISA), on behalf of the Department of Defense, intends to issue a sole source order to Point 3D, Inc. for Bloom software support renewal and BloomCE Annual Design License renewal for the Puget Sound Naval Shipyard & Intermediate Maintenance Facility. While a sole source intent is stated, responsible sources, particularly authorized resellers, are invited to submit proposals. The initial period of performance is April 30, 2026, through April 29, 2027, with one additional one-year option period. Proposals are due by April 20, 2026.
Scope of Work
This requirement is for the renewal of existing Bloom software support and BloomCE Annual Design Licenses. The purpose is to ensure continued access to robust security measures and efficient data management provided by the Bloom Technologies Intranet web application and BloomCE. Key deliverables include:
- Bloom software support renewal: Covering the Bloom Technologies Intranet web application, integrating security and data management.
- BloomCE Annual Design License renewal: For the BloomCE application.
- Support includes product updates, upgrades, new releases, versions, fixes, and patches to maintain operability and usability with the existing infrastructure.
Contract Details
- Type: Firm-Fixed Price (FFP) for commercial items.
- Initial Period of Performance: April 30, 2026, through April 29, 2027.
- Option Period: One additional one-year option, from April 30, 2027, through April 29, 2028.
- Set-Aside: Unrestricted.
- NAICS Code: 513210 (Software Publishers), Size Standard: $47,000,000.
- Product Service Code: 7A21 (Business Application Off The Shelf Software).
- Place of Performance: Bremerton, WA.
Submission & Evaluation
The government intends a sole source negotiated procurement but invites responsible sources to submit a completed and signed solicitation. If submitting as a reseller, a letter or email from the Original Equipment Manufacturer (OEM) confirming reseller status is required. Offers will be evaluated for technical acceptability and price reasonableness.
- Technical Factors: Being the OEM or an authorized reseller, providing complete pricing and FAR/DFAR representations, satisfying the entire government requirement, and having a valid System for Award Management (SAM) registration.
- Price Factors: Verification of priced requirements, correct figures, clear presentation, and a price realism analysis.
Response Deadline
Proposals must be submitted by April 20, 2026, at 12:00 AM (Eastern Time, implied by Z in responseDate). Submissions should be sent via email to Alexis Corley at alexis.n.corley.civ@mail.mil.