D--Notice of Intent to Sole Source - 6-Month Extension Mod - Moodle Workplace LMS
Justification from DEPARTMENTAL OFFICES • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Industry: NAICS 611710 • PSC DA10.
Market snapshot
Awarded-market signal for NAICS 611710 (last 12 months), benchmarked to sector 61.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 611710
Description
Procurement Office:
The Department of the Interior (DOI) ¿ Interior Business Center (IBC), Acquisition Services Directorate (AQD)
Response Due Date:
February 25, 2026, by 10AM EST
NOTICE OF INTENT SYNOPSIS:
The Department of the Interior, Interior Business Center, Acquisition Services Directorate on behalf of Office of the Office of Wildland Fire (OWF) intends to award a modification to Purchase Order 140D0425P0115 to Moodle US, on a sole source basis, to extend the purchase order by six months from March 1, 2026 to August 29, 2026. The intended procurement is classified under North American Industry Classification System code (NAICS) Code 611710 Educational Support Services (SB size standard $24M).
This is a sole source procurement under the authority of FAR Part 13, only the responsible source and no other supplies or services will satisfy agency requirements. This acquisition is conducted under the procedures as described in FAR Part 13.5-Simplified Procedures for Certain Commercial Items and FAR Part 12- Acquisition of Commercial Items.
Description:
This modification is for an additional six-month period of performance to the existing sole source purchase order 140D0425P0115 for Moodle Workplace V4.4, for a continued Learning Management System (LMS) services support, currently performed by Moodle USA. The services are required to maintain the Wildland Fire LMS (WFLMS) for the Federal Wildland Fire Workforce Development Program (FWDP), the National Wildfire Coordinating Group (NWCG) members, and other designated wildland fire management organizations.
The requirement meets the inter-agency wildland fire management¿s need for approximately 200,000 user accounts, with 90,000 active users at multiple role levels. An active user is defined as a user who has accessed the Wildland Fire Learning Management System (WFLMS) within the last twelve (12) months.
This purchase order contains the following two Delivery Tasks provided in a single solution offering. The requirement of both tasks offered together is derived from an ability to deliver and maintain continual operations with zero downtime or solution offering gaps and/or delays.
Task 1: Moodle Workplace Application and Platform Hosting Services and Support: This task is for Amazon Web Services (AWS) - AWS Government Cloud. Hosting Support includes on-going operations and maintenance, technical support and monitoring of the database, content and web servers, full load balancing, with auto backup of the production database data and network failover design.
Task 2: Moodle Workplace Operations and Maintenance Support: This supplies the required professional services for Project Management Support, Subject Matter Expert (SME) Support, and Software Engineer Support to maintain and develop the WFLMS solution.
Purpose and Objective:
This modification adds an additional six months to the period of performance on purchase order 140D0425P0115, to allow the Government additional time to determine an appropriate acquisition strategy and award a follow-on purchase order and prevent a gap in work. The purchase order is set to expire on February 28, 2026. Market research was conducted in April to June of 2025 to determine an acquisition strategy for any follow-on effort. The Government is still reviewing the data from the June 2025 vendor demonstrations to determine the extent of vendor capabilities; however, it is very clear at this time that no vendors can provide a fully functioning requirement by March 1, 2026 to prevent a gap in work in this requirement. Therefore, a modification to extend the period of performance by six-months on purchase order 140D0425P0115 with Moodle US for Moodle Workplace V4.4 is needed to ensure a continuation of these critical services until the larger, five-year follow-on can be executed.
Period of Performance: Extends the period of performance from 8/30/2025-2/28/2026 to 8/30/2025-8/29/2026
This notice of intent to award a sole source contract is NOT A REQUEST FOR COMPETITIVE PROPOSALS. A SOLICITATION WILL NOT BE ISSUED.
However, in accordance with FAR 5.207(c)(16)(ii), all responsible sources that feel they can meet the Government's requirements by March 1, 2026, detailed above, may submit a capability statement which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirements and include: the Unique Entity ID (UEI) and the Taxpayer Identification Number (TIN). All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on any responses to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be retained as Market Research.
All responses must be received by February 25, by 10AM EST, and must reference number 140D0425P0115. Responses may be submitted electronically via email to:
Alexandra_tsybulevsky@ibc.doi.gov
Award Info
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.