Teradyne Software Support Renewal
ID: HC102826R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the renewal of software support for Teradyne TPS Converter Studio, specifically for the Fleet Readiness Center-Southeast in Jacksonville, Florida. This procurement aims to ensure continuous mission-critical software support for proprietary software that is already integrated into existing infrastructure, with a contract period extending from the date of award through August 27, 2026, and includes two optional one-year extensions. The selected contractor must be either the Original Equipment Manufacturer (OEM) or an authorized reseller, as only they can provide the necessary support for this proprietary software. Interested parties must submit their proposals by 1:00 PM CST on October 30, 2025, to Alexis Corley at alexis.n.corley.civ@mail.mil, and must include a letter confirming their authorized reseller status if applicable.

    Files
    Title
    Posted
    This document is a Brand Name Class Justification and Approval (J&A) for an exception to fair opportunity under Federal Acquisition Regulation (FAR) Subpart 16.5, specifically for software support. The Defense Information Systems Agency (DISA) requires this J&A to continue mission-critical software support for proprietary, commercial off-the-shelf software already integrated into existing infrastructure. The modification (MOD 1) increases the current ceiling to ensure continuous renewal of software licenses and support until December 31, 2025. The justification is based on the fact that only the Original Equipment Manufacturer (OEM) or its authorized resellers can provide support for proprietary software, as third-party support is unauthorized and other products cannot seamlessly integrate. Market research confirms that only brand-name software support meets agency requirements, and competition will be maximized among authorized resellers for individual requirements. This J&A covers a five-year period, from January 1, 2021, to December 31, 2025.
    This government solicitation, HC102826R0003, issued on October 23, 2025, is an RFP for TPS Converter Studio Software Support. The offer due date is October 30, 2025, at 1:00 PM. This is a sole-source, unrestricted small business set-aside acquisition with a NAICS code of 513210 and a size standard of $47,000,000. The contract includes a base period and two option years for software support, with performance periods extending through August 27, 2028. Inspection, acceptance, and delivery of services will occur at the FLEET READINESS CENTER SOUTHEAST (FRCSE) in Jacksonville, FL. The evaluation criteria prioritize technical acceptability from an Original Equipment Manufacturer or authorized reseller, complete pricing, and valid SAM registration. The document also incorporates various FAR and DFARS clauses, including those related to System for Award Management, telecommunications equipment prohibitions, and representations regarding commercial products and services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Parraid Software for Flight Test Support
    Buyer not available
    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.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    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.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Citrix Brand Name Virtual Apps / Software Subs
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    Recur LINK-16 BOSS SW Support Platinum
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, intends to procure LINK-16 BOSS Software Support Platinum Renewal on a sole-source basis from Curtiss-Wright Defense Solutions. This procurement involves the renewal of an existing maintenance and support subscription, which is critical for the operational capabilities of military communications systems. Interested firms that believe they can fulfill this requirement are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of the notice publication. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.