SLICwave 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, intends to issue a sole source order for SLICwave Software Support Renewal for the Fleet Readiness Center East. The procurement is for commercial items, specifically maintenance for existing proprietary SLICwave software. Responsible sources (OEM or authorized resellers) may submit responses by March 24, 2026, at 11 AM CST.
Scope of Work
This opportunity covers the renewal of SLICwave software maintenance and support. The requirement includes support for 14 specific items of SLICwave software and connectors, as detailed in Attachment 1 - Product List. The government is entitled to new releases or updates between February 03, 2026, and the date of award at no additional cost. Delivery is to Fleet Readiness Center East in Cherry Point, NC.
Contract & Timeline
- Contract Opportunity Type: Solicitation
- Contract Type: Implied Firm-Fixed-Price (FFP)
- Period of Performance: Date of Award (DOA) through February 02, 2027
- Set-Aside: Unrestricted
- NAICS Code: 513210 (Software Publishers)
- Response Due: March 24, 2026, 11:00 AM CST
- Published Date: March 20, 2026
Evaluation
This is a sole source negotiated procurement, with the Government intending to award to Integrated Support Systems. However, responsible sources may submit a completed and signed solicitation and product list. Offers will be reviewed for technical acceptability and price reasonableness. Quotations must be from the Original Equipment Manufacturer (OEM) or an authorized reseller. Bidders must provide completed pricing on RFQ Attachment 1 and FAR/DFAR representations, satisfy the entire requirement, and have a valid SAM registration. Resellers must also submit a letter or email from the manufacturer confirming authorized reseller status.
Additional Notes
A Class Justification and Approval (J&A) document explains the rationale for this sole-source procurement, citing the proprietary nature of the brand-name software and the need for OEM or authorized reseller support due to integration with existing infrastructure. The J&A supports requirements for a five-year period (Jan 1, 2026 - Dec 31, 2030), with individual requirements to be competed among authorized resellers via various contract vehicles. All submissions should be emailed to alexis.n.corley.civ@mail.mil.