D--Special Notice of Intent to Sole Source Award
Special Notice from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 11, 2026. Industry: NAICS 513210 • PSC DE10.
Market snapshot
Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 513210
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Assistant Director Information Resources and Technology Management intends to award a firm fixed price sole source contract under the authority of (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000:
Colossal
304 Harry S Truman Parkway, Suite G
Annapolis, MD 21401
The North American Industry Classification System (NAICS) code for this requirement is 513210, Software Publishers. This service is currently provided by Colossal.
1. DOI, Fish and Wildlife Service requires the renewal acquisition of Cisco Finesse Call Center Licenses. These licenses provide licensing for all ESD users with the ability to log into the Cisco contact center VOIP System These is critical to the operation of the ESD help desk functions and support of FWS Enterprise users.
2. Technical Requirements: The vendor must supply the following Cisco Finesse Licenses and agents:
Part # A-FLEX-3-CC Flex 3.0 for Contact Center Q 1
Part # SVS-CSS-SUPT-SSPT Solution Support for Collaboration Q 1
Part # A-FLEX-CCX-S-C On-Premises UCCX Standard Concurrent Agent Q 70
Part # A-FLEX-CCX-S-AGT On-Premises UCCX Standard Agent License Smart Licensing Q 70
Part # A-FLEX-CCX-SVR On-Premises UCCX Standard & Premium Server Smart Licensing Q 1
Part# A-FLEX-05-12.5-K9 On-Premises UCCX Std & Prem Media Kit v12.5 Q 1
3. Period of Performance: The period of performance for this request will be 02/20/26-02/19/27.
This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government.
Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Mary_Rawlinson@fws.gov.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.