BRAND NAME: OPENTEXT FORTIFY SUBSCRIPTION
ID: N6883625QS013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

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

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking quotes for the renewal of OpenText Fortify software subscription licenses. The procurement includes two annual subscriptions for the Fortify Scan Machine and Fortify Content, which are critical for enhancing cybersecurity capabilities and ensuring compliance with the Risk Management Framework (RMF) in software development. This software is essential for preventing vulnerabilities in developing software systems, thereby supporting the mission of the Naval Air Training Command (NATRACOM) to train and mentor naval aviators while maintaining stringent cybersecurity protocols. Interested vendors must submit their quotes via email to Yaynel Yambo by May 16, 2025, and include all required documentation as specified in the solicitation, including pricing for all Contract Line Item Numbers (CLINs) and a completed Past Performance Questionnaire.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal request for proposals (RFP) and grants, focusing on opportunities for contractors and organizations interested in government-funded projects. It emphasizes the essential requirements and evaluation criteria for submitted proposals, including compliance with specific performance measures, project timelines, and budget constraints. The initiative targets various sectors, facilitating collaboration between federal, state, and local entities to enhance community services and infrastructure. Key topics include the importance of aligning proposals with government objectives, maintaining accountability, and demonstrating the ability to meet project goals. The document also stresses the need for adherence to regulatory standards and seamless integration with existing initiatives. Eligibility criteria for applicants, as well as application procedures, are detailed, providing clarity on submission expectations. The summary effectively highlights the document's purpose in guiding potential applicants through the RFP process, ensuring informed participation in government funding opportunities aimed at improving public services and infrastructure.
    The Past Performance Questionnaire (PPQ) for contract N6883625QS013 focuses on assessing a contractor's performance within governmental contracts. The document outlines sections for contract identification, customer/agency details, evaluator information, and performance evaluations based on defined satisfaction levels. Evaluators rate the contractor’s performance in various areas, such as personnel management, quality control, problem resolution, and timely reporting, using a scale from “Exceptional” to “Unsatisfactory.” Additionally, there are inquiries regarding performance issues, including any contract terminations or cure notices. A narrative summary section allows for further comments on the contractor’s effectiveness. The PPQ serves as a source selection sensitive tool to inform future contracting decisions, ensuring contractors meet required standards and promoting accountability in public procurement processes. Responses are due by May 13, 2025, highlighting the critical timelines for evaluation. Ultimately, this document plays a pivotal role in evaluating contractor capabilities within federal grants and requests for proposals, contributing to informed decision-making.
    The document outlines various federal and state-level requests for proposals (RFPs) and grants, focusing on key initiatives aimed at enhancing community service programs, environmental sustainability, and infrastructure improvements. It emphasizes the importance of aligning project proposals with federal guidelines and priorities, especially in relation to public health, community development, and maintaining compliance with regulatory frameworks. Key ideas include the promotion of proposals that address pressing social issues such as affordable housing, healthcare access, and job training programs. It highlights evaluation criteria for proposals, emphasizing innovation, community impact, and the capacity of organizations to deliver results. Additionally, the document stresses the necessity for detailed project plans, budget justifications, and adherence to timelines, as these factors contribute significantly to the success of the funding applications. The overarching purpose of the document is to provide a structured framework for organizations seeking federal and state funding through RFPs and grants, ensuring that submissions meet established quality standards and effectively address community needs. This serves to facilitate strategic investments in projects that align with governmental priorities, fostering economic and social gains for targeted communities.
    The document serves as an amendment to solicitation N6883625QS013, primarily related to the procurement of OpenText Fortify Static Code Analyzer Software for the Naval Air Training Command (NATRACOM). Key amendments include the change of brand requirement from Microfocus to OpenText and an extension of the offer submission deadline to May 16, 2025. The procurement requires offers to include specific technical, price, and past performance information, emphasizing that only authorized resellers of the software may submit offers. The document outlines submission guidelines, including the format for offers and the necessity of acknowledging all amendments. The amended solicitation reflects the strategic importance of ensuring compliance with Risk Management Framework (RMF) standards in software development, particularly for systems that need to maintain their Authorization to Operate (ATO). Overall, the solicitation is carefully structured to invite competitive bids while ensuring that proposals meet the stringent requirements of the U.S. government procurement processes. The document emphasizes compliance, technical capability, and responsiveness, critical in the awarding of federal contracts.
    The document is a solicitation for the purchase of MicroFocus Fortify Static Code Analyzer Software, targeting the Naval Air Training Command (NATRACOM) to enhance its cybersecurity capabilities. The request details the necessary items, which include two annual subscriptions for the Fortify Scan Machine and Fortify Content, both organized under firm fixed pricing. The software is essential for compliance with the Risk Management Framework (RMF) and helps prevent vulnerabilities in developing software systems. The document outlines delivery requirements and inspection processes, indicating no vendor presence is required for software installation, as training will be delivered online. It emphasizes delivery to the Chief of Naval Air Training in Corpus Christi, Texas, within specified timelines. Additionally, it incorporates several Federal Acquisition Regulation (FAR) clauses and Department of Defense Acquisition Regulation Supplement (DFARS) clauses relevant to contract administration, cybersecurity, and small business policies, ensuring compliance with government contracting standards. Overall, the purpose revolves around procurement to support NATRACOM's mission to train and mentor naval aviators while maintaining stringent cybersecurity protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MicroFocus Fortify Software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of the ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription for 65 technicians managing 4000 nodes, aimed at renewing the government's current software subscription set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are registered in the System for Award Management (SAM) at the time of submission.
    ASTM Compass Subscription Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to renew its subscription to ASTM Compass, a critical resource for accessing ASTM technical standards. This procurement is a sole source contract intended to maintain uninterrupted access to essential services utilized by Warfare Center Research Commons users at NUWC Newport and NSWC Carderock, with the subscription renewal also extending to a new location at NSWC Division Corona. Interested vendors must submit their quotes by November 7, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. The contract will cover the period from January 1, 2026, to December 31, 2026.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    PHONE SOFTWARE
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals from qualified small businesses for a firm-fixed-price contract to supply phone software, specifically the "SA PREFER SUPT AURA CORE SUITE R6 1YR PREPD" and "AURA CORE SUITE R6 NEW SOFTWARE LIC:1TDM-NU,1 IPSTA-CU," with a total requirement of 155 units for each item. This procurement is critical for enhancing communication security capabilities at the Norfolk Naval Shipyard, ensuring operational efficiency and reliability. Interested vendors must submit their quotes by 10:00 AM EST on January 7, 2026, with the anticipated delivery date set for four weeks post-award. For inquiries, contact Steven Treherne at steven.treherne@dla.mil or by phone at 757-278-5022, and ensure to reference solicitation number SPMYM126Q4010 in all correspondence.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price Purchase Order on a sole source basis to Real-Time Innovations, Inc. (RTI) for the procurement of commercial software licenses and support products. The specific requirement includes four licenses for the RTI Connext DDS Secure, Developer Subscription (25-99), which is critical for ensuring secure data distribution in various defense applications. Interested vendors are encouraged to submit quotations demonstrating their capability to meet the government's needs, although the procurement is primarily directed at RTI under FAR 13.106-1(b). For further inquiries, interested parties can contact Jerome Abaya at jerome.d.abaya.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to participate.