Skip to content
Department of Agriculture

Notice of Intent to Sole Source: ATALASOFT ANNUAL MAINTENANCE

Solicitation: FSIS_1163343
Notice ID: 5cbe31f747134edfb833d53ff7b1afd1

Special Notice from FOOD SAFETY AND INSPECTION SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 06, 2026. Industry: NAICS 513210 • PSC 7A21.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$101,936,376
Sector total $163,862,243 • Share 62.2%
Live
Median
$98,051
P10–P90
$18,647$476,903
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
62.2%
share
Momentum (last 3 vs prior 3 buckets)
+169040%($101,815,912)
Deal sizing
$98,051 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Beltsville, MD • 20705 USA

Point of Contact

Name
Angela Carey
Email
angela.carey@usda.gov
Phone
3018377781

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
FOOD SAFETY AND INSPECTION SERVICE
Subagency
USDA, FSIS, OAS PCMB
Office
Not available
Contracting Office Address
Beltsville, MD
20705 USA

More in NAICS 513210

Description

The USDA, Food Safety and Inspection Service (FSIS) intends to issue an award on a sole source basis (IAW FAR 12.101(a)) to Tungsten Automation Corporation DBA Atalasoft Inc., located at 15211 Laguna Canyon Rd, Irvine, CA 92618. 

FSIS seeks to establish a contract with the Original Equipment Manufacturer (OEM) for annual maintenance of the FSIS Label Submission and Approval System (LSAS). The LSAS is a mission-critical, multi-user online system that tracks label applications under the control of the Labeling and Program Delivery Staff (LPDS) and serves as a vital searchable database for products and establishments. 

Technical Requirement Justification:

  • System Integration: LSAS was developed using the Atalasoft DotImage SDK, which is integral to the application's architecture.
  • Proprietary Functionality: The Atalasoft DotImage PDF Reader Add-On is required to decode PDF documents into raster images, seamlessly plugging into existing viewing components.
  • Exclusive Licensing: As the OEM, Tungsten Automation Corporation is the only source capable of providing authorized maintenance, security updates, and technical support for these proprietary software components to ensure the system remains fully operational. 

Service Scope:

  • Annual Maintenance: Providing updates and technical support for Atalasoft DotImage and associated PDF Reader add-ons integrated within LSAS.
  • Performance Period: A 12-month Base Year with potential for additional option periods.

This notice of intent is not a request for competitive quotes, and no solicitation document exists. However, interested parties may submit technical data sufficient to determine their capability to provide identical services. All capability statements received by the closing date will be considered. A determination by the Government not to compete based on responses is solely within the discretion of the Government. 

Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Excel, or Adobe PDF attachment to angela.carey@usda.gov.

FSIS plans to issue a Firm-Fixed Price Purchase Order for a 12-month period of performance.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.