Teledyne CARIS Software Annual Maintenance
ID: REQUIREMENTS-24-3918Type: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Software Publishers (513210)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 5:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking information from potential vendors for the annual maintenance renewal of Teledyne CARIS software utilized by the Office of Coast Survey (OCS). This procurement aims to secure software packages, software assurance, an Enterprise Licensing Agreement, and associated maintenance services essential for processing hydrographic survey data, which is critical for various maritime stakeholders, including the U.S. Navy and Coast Guard. The maintenance contract will span five years, from October 1, 2025, through September 30, 2030, ensuring NOAA has the necessary tools and support to fulfill its maritime responsibilities while adhering to security regulations. Interested vendors must submit their qualifications and capabilities by April 24, 2025, and can contact Whitney Weireter or Nicole Lawson for further information.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 9:04 PM UTC
The National Oceanic and Atmospheric Administration (NOAA) is seeking to gather information from potential vendors for the acquisition of CARIS software packages, software assurance, an Enterprise Licensing Agreement, and associated annual maintenance. This activity is in line with the Federal Acquisition Regulation's market research objectives. The notice emphasizes that responses are voluntary and not compensated. The target audience includes small businesses and socio-economic firms, with an emphasis on qualifications to provide the necessary software and support for NOAA's Office of Coast Survey (OCS), which manages nautical charts and hydrographic data crucial for various maritime stakeholders. Vendors must demonstrate their capability to provide specified CARIS software products and necessary maintenance and support services. The document outlines requirements for responses, including company details, capabilities, and relevant certifications, all to inform an anticipated procurement decision. Responses are to be submitted by April 24, 2025. This notice underscores NOAA's commitment to engaging with the market and ensuring that its operational needs are met through capable suppliers.
Apr 14, 2025, 9:04 PM UTC
The document outlines a request for an annual maintenance renewal contract for Teledyne CARIS software utilized by the Office of Coast Survey (OCS), which is responsible for creating nautical charts and supporting maritime commerce. The maintenance contract is essential for processing hydrographic survey data, critical for various stakeholders, including the U.S. Navy, Coast Guard, and local governments. The scope includes licensing agreements for several software products, allowing NOAA access to critical software updates, technical support, and various enhancements necessary for efficient data management. The maintenance period spans five years, from October 1, 2025, through September 30, 2030, with security regulations ensuring no government privileged information is accessed or shared by the contractor. The overall objective is to ensure that NOAA has the necessary tools and support to fulfill its maritime responsibilities effectively, adhering to security and operational standards.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
Annual Software Maintenance
Buyer not available
The Department of Defense, specifically the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking proposals for annual software maintenance services. The selected vendor will be responsible for maintaining several software licenses, including three SAP2000 Advanced network licenses, one SAFE Standard network license, and two ETABS Nonlinear network licenses, along with providing a cloud sign-in license and 12 months of maintenance for additional licenses. This procurement is crucial for ensuring uninterrupted access to essential engineering software that supports NAVFAC's operational requirements. Interested parties should contact Alicia N. Mitchell at alicia.n.mitchell2.civ@us.navy.mil or call 757-322-8314 for further details, with the period of performance set from May 12, 2025, to May 11, 2026.
Risk Safety Solutions (RSS) Chemicals - Chemical Inventory Management Tool
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to negotiate a sole-source contract with The Regents of the University of California for the continued use of the Risk Safety Solutions (RSS) application, a critical chemical inventory management tool utilized by NOAA Fisheries. This tool is essential for tracking chemical inventories, ensuring compliance with federal safety regulations, and enhancing laboratory safety protocols, particularly in adherence to OSHA regulations. The contract will cover subscription services, user training, automated regulatory reporting, and technical support, with a base period from May 3, 2025, to May 2, 2026, and options for two additional years. Interested firms may submit documentation to demonstrate their capabilities within 15 days of publication, and inquiries can be directed to Raynier Camerino at raynier.camerino@noaa.gov or Shawana Randolph at shawana.randolph@noaa.gov.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
Seafloor Mapping Software
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software, specifically requiring 18 new software licenses along with extended maintenance agreements for both new and existing licenses. This software is critical for supporting various commercial undersea sensors and must comply with operational standards, including usability on classified SOCOM networks, emphasizing the importance of security compliance and ongoing technical support in federal procurement processes. Interested small businesses must submit their bids by April 30, 2025, with the selection process following a Lowest Price Technically Acceptable (LPTA) approach, and can direct inquiries to Ramon Jimenez at ramon.jimenez.7@us.af.mil or Yvette Prioleau at yvette.prioleau.1@us.af.mil for further details.
Spatial Analyzer- Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to gather information on vendors capable of providing Spatial Analyzer Ultimate Software Maintenance Agreements (SMA) and new licenses. This procurement aims to assess the market for software maintenance and licensing options, emphasizing the importance of these services in supporting operational capabilities. Interested vendors are invited to submit their company information, product capabilities, estimated costs, and feedback on delivery feasibility by 3:00 PM Pacific Time on April 28, 2025. For further inquiries, vendors can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.carpenter1@navy.mil.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
Configuration Management Professional (CMPro) User Licenses
Buyer not available
The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking information from qualified vendors for the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This procurement involves a web-hosted Software as a Service (SaaS) implementation of CMPro licenses, which are essential for asset management in compliance with regulatory and quality requirements within the Department of Defense. The contract is expected to last for 12 months, with options for renewal over four additional years, and responses to the Request for Information (RFI) are due by May 2, 2025. Interested vendors should contact Porchia Locke at porchia.y.locke.civ@us.navy.mil for further details and guidance on submitting their capability statements.
Request for Information (RFI): NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is conducting a Request for Information (RFI) to gather insights on Consolidated Antenna and Ground Systems Services (NCAGSS). The objective is to assess the marketplace's capabilities in providing sustainment and maintenance services for legacy antenna systems, developing new capabilities in various orbital domains, and supporting Antenna-as-a-Service (NAaaS) initiatives. This initiative is crucial for NOAA's mission to deliver timely access to global environmental data, enhancing the efficiency and reliability of satellite operations. Interested vendors are encouraged to submit their responses by May 5, 2025, and can direct inquiries to Jame Chang at jame.chang@noaa.gov or Kortney Carter at Kortney.Carter@noaa.gov.