ESRD StressCheck 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), IT Contracting Division, is issuing a Combined Synopsis/Solicitation for the renewal of ESRD StressCheck Software Support. This is a sole-source negotiated procurement to acquire annual support for proprietary ESRD software used by Fleet Readiness Center East (FRCE) Information Systems Division (ISD) Business Operation in Cherry Point, NC. Offers are due April 15, 2026.
Scope of Work
This opportunity covers the provision of annual software support for existing ESRD StressCheck software licenses and subscriptions. Services include product updates, upgrades, new releases, fixes, and patches. Exhibit A details 12 specific ESRD software items (licenses and tools) required. Delivery of all items is required by May 1, 2026, to Fleet Readiness Center East, Cherry Point, NC.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: May 1, 2026, through April 30, 2027
- Set-Aside: Unrestricted (Sole Source)
- Solicitation Issue Date: April 9, 2026
- Offer Due Date: April 15, 2026, at 10:00 AM local time
- Place of Performance: Cherry Point, NC 28533
Justification & Evaluation
This acquisition is justified as a brand-name sole source due to the proprietary nature of the ESRD software and its integration into existing systems, with only the OEM or its authorized resellers capable of providing the necessary support. Offers will be evaluated based on technical acceptability and price reasonableness. Key technical factors include submission from an Original Equipment Manufacturer (OEM) or authorized reseller, completed pricing, adherence to FAR/DFARS representations, satisfaction of the entire requirement, and a valid SAM registration. The solicitation also incorporates DFARS 252.211-7003 for Item Identification and Valuation (IUID).
Additional Notes
While this specific renewal is a sole-source action, the Class Justification and Approval (J&A) indicates that future individual requirements for software support will be competed among authorized resellers via various contract vehicles (NASA SEWP, Army CHESS, GSA Schedules, GSA BPAs, or beta.SAM.gov) to the maximum extent practicable. Questions regarding the J&A can be directed to Matthew Cassady (matthew.r.cassady2.civ@mail.mil).