Intent to Award Sole Source (IASS) - nTop Software
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 Department of the Air Force (USAF), specifically AFRL/PZL, has issued an Intent to Award Sole Source (IASS) to nTop for nTopology Software. This notice also serves as a Sources Sought to identify other responsible sources capable of providing the required software and services. The Government intends to issue a Firm-Fixed-Price order for a 12-month period. Responses from interested parties are due by April 9, 2026, 0900 PM EST.
Scope of Work
This opportunity requires the provision of nTopology Software, including a Regional Floating License for 12 months. The specific requirements detailed in the Bill of Materials (BOM) include:
- Software: nTop Floating + 1st Concurrency (Part Number: nTop 5.41, Quantity: 1)
- Onboarding Package: Self-Service for 3 months
- CS Package: Team for 12 months
- Product Support Package: General for 12 months
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 12 months from receipt of award
- Estimated Award Date: On or about May 8, 2026
- Product Service Code (PSC): 7A21 (Business Application Off The Shelf Software)
- NAICS: 513210 (Software Publishers) with a $47M size standard
- Response Due: April 9, 2026, 0900 PM EST
- Published Date: April 2, 2026
Set-Aside & Eligibility
This is an Intent to Award Sole Source to nTop. However, the Government is conducting market research to determine if full and open competition or a small business set-aside is warranted. Currently, no specific set-aside has been designated. If competed as a Small Business Set-Aside, FAR 52.219-14 (Limitation on Subcontracting) would apply.
Submission & Evaluation
This is not a request for competitive quotations, but responsible sources may submit a capability statement, proposal, or quotation. Submissions must be:
- Received by April 9, 2026, 0900 PM EST.
- UNCLASSIFIED and limited to 10 pages in a Microsoft Word compatible format.
- Include: Points of contact, addresses, email, phone numbers; identification as large/small/foreign business and socioeconomic status; CAGE Code or DUNS Number; and how the product meets specified characteristics.
- A market research quote in accordance with the Bill of Materials (BOM) is required. The Government will use responses to assess market capabilities and decide whether to proceed with a sole source award or pursue competition. A determination not to compete remains at the Government's discretion.
Additional Notes
Questions should be directed via email to Stephen J. Wenclewicz at stephen.wenclewicz.1@us.af.mil. Information received will not be paid for. The place of performance is Dayton, OH.