Rustici Software Renewal Redacted Justification and Approval
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 Army (ACC-RI) has issued a Justification and Approval (J&A) for the sole-source procurement of Rustici Content Controller software licenses and maintenance. This requirement supports the PEO Enterprise, Product Manager (PdM) Army Training Information System (ATIS) and the Army Learning Management System (ALMS).
Scope of Work
The procurement covers the annual renewal of licenses and maintenance for the Rustici Content Controller, a web-based application designed for the centralized management and distribution of learning content. Key capabilities include:
- Enabling end users to play Sharable Content Object Reference Model (SCORM) 2004 eLearning content.
- Supporting content distribution across multiple Learning Management Systems (LMSs).
- Serving Army COMPOS 1, 2, and 3, DA civilians, DA contractors, and Joint Forces.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) standalone definitive contract.
- Vendor: Rustici Software, LLC.
- Set-Aside: None (Sole Source).
- Funding: Appropriated FY Operations and Maintenance Army (OMA) funds.
- Published: February 3, 2026.
Evaluation
This is a Justification for Other than Full and Open Competition under the authority of FAR 6.302-1(a)(2)(iii)(A). Market research, including RFIs and Sources Sought notices, confirmed that Rustici is the only commercially available solution meeting the Army's SCORM 2004 requirements within the existing ATIS technical environment. Transitioning to an alternative would result in a substantial duplication of costs and significant disruption to mission-critical training.
Additional Notes
As this is a redacted J&A for a sole-source award, there are no proposal submission instructions or competitive evaluation criteria for other bidders.