CMM Operating System and Software Upgrade
ID: FA813224Q0039Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is seeking to award a firm fixed-price contract for a CMM Operating System and Software Upgrade to Hexagon Manufacturing Intelligence, Inc. This procurement aims to enhance the operational capabilities of the Oklahoma City Air Logistics Complex (OC-ALC) through the acquisition of specialized software and system upgrades. The contract, valued at $190,938, is being solicited under the authority of FAR 13.106-1(b)(1) and requires interested vendors to register in the System for Award Management (SAM) prior to submission. Interested parties should contact Tamika Burrough or Jennifer Azbill via email for further information, with electronic submissions expected through SAM.

    Point(s) of Contact
    Files
    Title
    Posted
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for an extensive IT infrastructure upgrade for a government agency. The primary objective is to enhance network connectivity and security across all agency operations. The focus is on procuring and implementing cutting-edge network switches, routers, and firewall devices to improve data transfer efficiency and safeguard sensitive information. The agency requires high-performance, scalable solutions that can handle future demands. Specific technical specs include support for IPv6, robust cybersecurity features, and integration with existing VPN systems. The quantity of devices needed is estimated at 200 switches and 50 routers for agency-wide deployment. Successful vendors will be expected to provide a comprehensive solution, including equipment supply, installation, configuration, and employee training. The work scope involves network planning, device staging and testing, and seamless integration with the current infrastructure. The contract is valued at an estimated $2 million and will be awarded based on a best-value determination, with technical merit and price being primary factors. Submissions are due within four weeks. File 2: "Grant for Community Safety Initiatives" This file outlines a grant program aimed at enhancing community safety and security. The focus is on supporting initiatives that prevent crime, improve emergency response capabilities, and strengthen community resilience in the face of natural disasters or terrorist threats. The grant seeks to fund innovative technologies or strategies that can improve community safety, with a particular interest in solutions that leverage AI, machine learning, or advanced data analytics for crime detection and prevention. The grant aims to award up to $500,000 for projects that demonstrate a high potential impact on community safety outcomes. Applications should detail the initiative's objectives, methodologies, and expected outcomes. Consideration will prioritize projects that involve collaboration between law enforcement and community organizations. The submission deadline is two months away, allowing ample time for well-considered proposals. File 3: "RFP for School Bus Transportation Services" The third file invites proposals for school bus transportation services for a large urban school district. The key objective is to procure safe, efficient, and reliable transportation for students across the district, ensuring timely pick-ups and drop-offs during the school year. The contract seeks a comprehensive solution for managing and operating a fleet of school buses, including vehicle maintenance and the deployment of professional drivers. The required fleet size is estimated at 250 buses, catering to approximately 5,000 students daily. Vendors must detail their proposed transportation strategies, including route planning, safety protocols, and fleet management systems. The district emphasizes the importance of GPS tracking, real-time parent communication, and environmentally friendly vehicles. This RFP contemplates a one-year contract, renewable for up to three additional years, with a potential value of $12 million. The evaluation will consider factors such as price, service quality, and vendor experience. Bids must be submitted within six weeks.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Espirit Additive Manufacturing (AM) Software & Licenses
    Active
    Dept Of Defense
    The Department of Defense seeks to award a federal contract to supply the Oklahoma City Air Logistics Complex, Tinker Air Force Base, with Hexagon Esprit Additive Manufacturing Software and Licenses. This software is an essential tool to enhance machining and inspection processes, specifically when integrated with the DMG Mori Manufacturing Machine. Due to compatibility requirements and proprietary software rights, a sole-source contract with Hexagon Manufacturing Intelligence Inc. is proposed. This efficient approach is projected to streamline complex repairs, thus reducing labor costs for the Air Force. Interested parties are invited to submit quotes and relevant information via the provided SAM portal. Electronic procedures will be followed for this procurement, with further details available on the SAM website.
    Creaform Scanners and Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Creaform Scanners and associated software to enhance maintenance capabilities at Tinker Air Force Base, Oklahoma. This procurement includes advanced scanning tools and software necessary for data conversion into usable models, with specific requirements for Microsoft Office, GeoMagic for SolidWorks, and SolidWorks Premium, among others. The initiative is crucial for improving operational efficiency and technical support tasks within the 76th Maintenance Support Group, reflecting the Air Force's commitment to leveraging innovative technology in its operations. Interested vendors must submit their quotes by September 11, 2024, and direct any inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Sound Calibration System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Metrology Calibration Program (AFMETCAL), is seeking information from potential sources for a Sound Calibration System Software Upgrade. The objective is to upgrade the software for the 3630-W-033 and 3630-W-034 Acoustic Calibration Systems to version 9.0, enhancing compatibility with modern Sound Level Meters and improving overall performance through over 600 updates, including faster communication and updated calibration report generation. This upgrade is crucial for maintaining functional and modern equipment in alignment with contemporary technological standards, ensuring continued technical support and warranty coverage for three years. Interested parties must submit their responses by September 26, 2024, at 2:00 PM ET, and can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further details.
    Mobile Automated Scanner Systems (MAUS) RM and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the Remedial Maintenance and Calibration of Mobile Automated Scanner Systems (MAUS) at the Oklahoma City-Air Logistics Complex (OC-ALC). This procurement is a Sole Source requirement directed to NDT Solutions, LLC, emphasizing the need for specialized services to ensure the operational readiness of these critical systems. The contract will be a Firm Fixed Price arrangement, requiring bidders to submit comprehensive quotes that include all associated costs, such as shipping and taxes. Interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil, with no quotes accepted until the official solicitation is posted.
    Coverity software dynamic and static code analysis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to renew its annual license for Coverity software, which is crucial for the 705th Combat Training Squadron's dynamic and static code analysis needs. The procurement involves acquiring ten licenses (Part F868-0) for the period from September 29, 2024, to September 28, 2025, to ensure compliance and operational efficiency in secure environments. Coverity software is essential for generating necessary documentation for software approval in military settings, integrating into existing DevOps pipelines, and adhering to compliance standards. Interested parties should direct inquiries to Daniel Glushko at daniel.glushko@us.af.mil or call 360-621-6184, as the selection will be based on price and the solicitation is being conducted under Simplified Acquisition Procedures.
    Purchase of an upgrade AERO-S software to apply fast acoustic scattering capabilities
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a qualified small business to provide an upgrade to the AERO-S software, which will enhance its fast acoustic scattering capabilities for partially axisymmetric submerged structures. The procurement aims to develop advanced functionalities for the software, including the creation of 2D and 3D models, verification of analyses, and the upgrade of the AERO-S manual, with results documented in a PowerPoint presentation. This software is critical for ongoing Navy projects, as it offers unique capabilities essential for acoustic and structural analysis that are not available in competing products. Interested parties must submit their quotes by September 11, 2024, and can direct inquiries to Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    Upgrade/Retrofit of CMM Renishaw
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified small businesses to provide a complete retrofit and upgrade of a Sheffield RS-5 Coordinate Measuring Machine (CMM). The project requires the replacement of all electronic and motion control equipment, including a Renishaw UCCT3 Plus Controller, RGH22 Encoder System, and CMM-Manager software, to ensure compatibility with existing equipment and to support ongoing research in metals additive manufacturing. This procurement is a total small business set-aside, with quotations due by September 12, 2024, and interested parties should direct inquiries to Prateema E. Carvajal at prateema.carvajal@nist.gov or call 301-975-4390.
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking C-5 Software Sustainment Services in Marietta, GA, USA. This 6-year contract aims to provide software updates for the C-5 aircraft, including addressing deficiency reports and engineering analysis. The deliverables must go through Formal Qualification Testing and be compatible with the C-5M aircraft Operational Flight Program. The contract will have one basic ordering period of 12 months and 5 annual ordering periods. The procurement is a sole source contract to Lockheed Martin Aeronautics. Interested sources should monitor SAM.gov for the Request for Proposal (RFP) release on or after 19 Jan 2024.
    TF33 Inlet Guide Vanes Rubber Burnout Heat - Treat Repair Services
    Active
    Dept Of Defense
    The Department of Defense intends to award a firm fixed-price contract to Chromalloy Gas Turbine LLC for TF33 Inlet Guide Vanes Rubber Burnout Heat-Treat Repair Services. The single-source purchase order would be issued under the authority of DAFFARS 5313.501. The work scope involves providing repair services for aircraft components, specifically inlet guide vanes, during the period from October 1, 2024, to September 30, 2025. The NAICS code is 336412, Aircraft Engine and Engine Parts Manufacturing, with a size standard of 1500 employees. Interested parties should register in the System for Award Management (SAM) and receive a CAGE Code to be eligible. Quotes and information can be submitted electronically via SAM. The primary point of contact for this opportunity is Patrick Campbell, who can be reached at patrick.campbell.13@us.af.mil. This special notice does not constitute a solicitation, and the Air Force is not seeking proposals at this time. Businesses should monitor SAM for the formal solicitation, which will be released at a later date.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform D-Level maintenance and modifications on specialized C-130 aircraft, ensuring timely and high-quality support for multiple AFSOC customers. This contract, set aside for small businesses, has a total value of up to $45.5 million over a ten-year period, including a 12-month base year and nine 12-month options, with proposals due by October 16, 2024. Interested vendors should contact Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil for further information and to verify registration in the Joint Certification Program (JCP) to obtain bid documents.