NOTICE OF INTENT TO SOLE SOURCE-for Oasis Montaj Software Licenses
Location:
Huntsville, Alabama, United States
Posted on:
Feb 15, 2026
Deadline:
Mar 2, 2026
Summary:
USACE intends a sole source contract with Bentley Systems for Oasis Montaj software licenses, training, and support for the DoD MMRP program.
Get full access to this RFP
Notice of Intent to Award a Sole Source procurement for Oasis Montaj software licenses, maintenance, training, and support services. The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) is issuing this synopsis in order to publicize its intentions to execute one (1) sole–source, firm–fixed priced contract award to Bentley Systems, Inc. for Oasis Montaj software licenses, maintenance, training, and support services in accordance with (IAW) Revolutionary FAR Overhaul (RFO) 5.101(d) – “Timing” which states that a notice must be published at least 15 days before issuance of a solicitation if the acquisition value is greater than $25K. Bentley Systems, Inc. owns the data rights and source code to the required software and is the sole provider of the required subscription licenses. Bentley is also the sole developer and provider of the required training for the software. The Department of Defense (DoD) Military Munitions Response Program (MMRP) requires 30 Oasis Montaj licenses on a subscription basis, with technical support, including the following modules: Oasis Montaj™, Montaj UXO Land, Montaj UXO Marine, UX–Analyze, and USACE Custom Software. As well as ongoing maintenance, bug fixes, technical support and release testing for the DX–Process extension. Oasis Montaj is the industry standard software for the DoD and the contractors performing this munitions response. This notice of intent is NOT a REQUEST FOR QUOTE, nor does it restrict the Government as to the ultimate acquisition approach. Additionally, this announcement does not obligate the Government to award a contract. The Government is not responsible for any costs incurred by responding to this notice. This notice of intent is not a request for competitive quotations; however, all responses received within the closing date for this notice will be considered by the Government. 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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The most applicable North American Industrial Classification System (NAICS) code is 513210, Software Publishers. The business size standard for this NAICS code is $47M. The Product Service Code is 7A20 – IT and Telecom – Application Development Software (perpetual license software). Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Unique Entity Identifier (UEI), any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women–owned small business, HUBZone, service disabled veteran–owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses should be furnished electronically to the contacts listed below no later than 9:00 am. CT, Monday, 2 March 2026. Phone calls will not be accepted.
