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
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    ZEISS SOFTWARE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Software Maintenance Agreement (SMA) for Zeiss Coordinate Measuring Machines (CMM) at the Corpus Christi Army Depot. The contract requires the provision of a one-year software maintenance agreement, effective from October 12, 2024, through October 11, 2025, to ensure the continued operation of proprietary software critical for precise measurements in the aeronautical industry, particularly for rotary wing aircraft components. This procurement is a sole-source action, justified by the unique nature of the software, which is exclusively owned by Carl Zeiss Industrial Quality Solutions LLC, making them the only vendor capable of fulfilling the government's requirements without incurring significant costs or delays. Proposals must be submitted by September 17, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    TEMPO SYSTEM PER STATEMENT OF WORK FOR WATERVLIET ARSENAL
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is seeking proposals for the procurement of a Hexagon TEMPO system, which includes a Collaborative Robot (Cobot) and associated components as outlined in the Statement of Work. This acquisition is critical for enhancing manufacturing capabilities and will be conducted as a sole source procurement with Hexagon Metrology, Inc., emphasizing the importance of timely delivery and compliance with stringent quality and security requirements. Interested vendors must ensure their System for Award Management (SAM) registration is active and submit proposals by the deadline of September 20, 2024, with all inquiries directed to Giuseppe Tropiano via email at giuseppe.tropiano.civ@army.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.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    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.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    Mobile Automated Scanner Systems (MAUS) Repair and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and calibration of Mobile Automated Scanner Systems (MAUS) under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for providing all necessary labor, materials, and equipment for repairs, which include a range of services from standard sensor replacements to major software upgrades, all while ensuring compliance with ISO 17025 calibration standards. This opportunity is crucial for maintaining the operational readiness of critical scanning technology used in government operations. Interested parties, particularly women-owned small businesses, must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    CBN HYPERION CLEANING SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a Sole Source contract for the CBN Hyperion Cleaning Service to Electroplating Consultants International Inc., as part of its procurement for the Oklahoma City Air Logistics Complex. This contract will involve the supply of 45,000 Carats of CBN-570 materials, which are exclusively provided by Hyperion Materials & Technologies, the only certified supplier according to Air Force Technical Order T.O. 2-1-111. The unique qualifications of Hyperion as a trusted supplier for Pratt & Whitney necessitate this sole source justification, ensuring compliance with specific technical requirements. Interested parties may submit their quotes and capability statements electronically via the System for Award Management (SAM) at https://sam.gov/, with all necessary contractor registrations required prior to contract award. For further inquiries, interested vendors can contact Bridgette Miles at bridgette.miles@us.af.mil or Patrick Campbell at patrick.campbell.13@us.af.mil.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.