7A--TSC - LEAP FROG SOFTWARE LICENSE

SOL #: 140R4026Q0038Combined Synopsis/Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
UPPER COLORADO REGIONAL OFFICE
SALT LAKE CITY, UT, 84138, United States

Place of Performance

Place of performance not available

NAICS

Software Publishers (513210)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

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

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Apr 10, 2026
3
Submission Deadline
Apr 17, 2026, 9:00 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 Department of the Interior, Bureau of Reclamation, Upper Colorado Region, is soliciting proposals for a two-year named license for "Leapfrog Works with the Contaminants Extension" software. This software is critical for geologic modeling and must be compatible with existing models and the broader Bentley geotechnical software umbrella. This is a Total Small Business Set-Aside. Proposals are due by April 17, 2026.

Scope of Work

The requirement is for a two-year (730-day) named license for Leapfrog Works with the Contaminants Extension. Key deliverables include:

  • A two-year named license for the specified software.
  • Provision of qualified service personnel for ongoing support.
  • Software must include maintenance.
  • Software must be ready for delivery immediately after contract award. The software is necessary because Reclamation has used it for over four years, and all generated models are in its proprietary format, making reformatting to other software costly and time-consuming.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation for commercial products and services.
  • Award Basis: "All-or-none."
  • Set-Aside: Total Small Business (FAR 19.5).
  • NAICS: 513210, with a $47 million size standard.
  • Proposal Due: April 17, 2026, at 21:00 UTC.
  • Published: April 10, 2026 (amendment date).
  • Delivery: Expected within 30 days after receipt of order.

Evaluation

Award will be based on a combination of price and technical factors, with technical and past performance combined. The government will evaluate offers by adding the total price for all options to the total price for the basic requirement.

Additional Notes

This solicitation incorporates by reference FAR clauses 52.212-1, 52.212-4, and 52.212-5. Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). For inquiries, contact Rodney Johnson at rojohnson@usbr.gov or 303-445-2489.

People

Points of Contact

Johnson, RodneyPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View