Notice of Intent to Award

SOL #: f3f344bb1f734209b580be4579332107Special NoticeSole Source

Overview

Buyer

Agriculture
Usda, Departmental Administration
USDA, OCP-POD-ACQ-MGMT-BRANCH-FTC
FORT COLLINS, CO, 80521, United States

Place of Performance

Kansas City, MO

NAICS

Software Publishers (513210)

PSC

No PSC code specified

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 2, 2026
2
Action Date
Feb 5, 2026, 7:00 PM

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 United States Department of Agriculture (USDA) has issued a Notice of Intent to Award a sole source, Firm-Fixed Price contract for Enterprise Totara License Services, Operations & Maintenance Support, and Hosting Services for its AgLearn Learning Management System (LMS). This opportunity is intended for a Disadvantaged Small Business. Interested parties capable of meeting the requirement must submit their information by February 5, 2026.

Opportunity Details

  • Purpose: The USDA requires specialized services for its AgLearn LMS, including enterprise Totara licenses, ongoing operations and maintenance support, and hosting services for the Totara Government Cloud Talent Development Platform.
  • Authority: This procurement is being conducted under the authority of FAR 6.302-1, citing "Only one responsible source and no other supplies or services will satisfy agency requirements."
  • Place of Performance: Kansas City, MO.

Contract & Timeline

  • Type: Firm-Fixed Price, Sole Source (Intent to Award)
  • Set-Aside: Intended for a Disadvantaged Small Business utilizing Contracting by Negotiating procedures (FAR Part 15). The general set-aside indicated is Total Small Business Set-Aside (FAR 19.5).
  • Response Due: February 5, 2026, 7:00 PM ET
  • Published: February 2, 2026

Response Requirements

Those capable of meeting the specified requirements are requested to provide:

  1. A current capability statement demonstrating the company's ability to fulfill the requirement.
  2. Company name, point of contact, e-mail address, telephone number, type of business and size, and SAM UEI number.

Contact Information

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Feb 2, 2026
Notice of Intent to Award | GovScope