Internal Resource Management Application – Intelligence & Security (IRMA-I&S)
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 Defense (DoD), specifically the Under Secretary of War for Intelligence and Security (USW(I&S)), has a requirement for Enterprise Resource Management Database (ERMD) Support Services for its Internal Resource Management Application – Intelligence & Security (IRMA-I&S). This is a Sole Source Justification under FAR 13.5, with an intent to award a Firm Fixed-Price contract to QSMI.
Scope of Work
The contractor will provide sustainment and enhancement support services for the IRMA-I&S application, including a Database Administrator and a Developer. The IRMA-I&S application is critical for distributing, tracking, maintaining, and reporting on multi-million-dollar program resources (funding, manpower), conducting data calls, trend analysis, briefing leadership, and serving as a decision-making tool. It also provides reference tools for contract documentation, site links, and COR training histories. A 99.9% system uptime and rapid response to outages are required.
Contract & Timeline
- Type: Firm Fixed Price
- Estimated Value: $3,384,301.31
- Period of Performance: A base period from January 19, 2026, to January 18, 2027, followed by four option periods and a 6-month extension.
- Published: January 27, 2026
Set-Aside
Not applicable; this is a sole source justification.
Evaluation & Justification
This is a sole source justification, meaning competitive proposals are not being sought at this time, citing FAR 13.106-1(b)(2) and FAR 13.5. The justification is based on QSMI's unique expertise as the original developer, proprietary rights, the mission-critical nature of the application, and significant transition costs associated with a new vendor.
Additional Notes
Market research included a Sources Sought Notice (SSN) posted on May 30, 2025, which received four responses, but only QSMI was deemed capable. A special notice was also posted on SAM.gov on December 2, 2025, informing potential contractors of the intent to award to a single source, with no responses received.