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.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    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.
    CDS Sustainment FY32-37
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Notice of Intent to Sole Source to Instant Technologies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    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.
    Abstract Software Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide software renewal services for the 518th Software Maintenance Engineering Squadron (SWES) located at Hill AFB, Utah. The procurement involves the acquisition of iUML and ICCG Invocation Support Fees, with a contract duration spanning three years from November 2025 to October 2028, requiring two licenses for each support fee annually. This opportunity is critical for maintaining operational software capabilities and ensuring continued support for the squadron's engineering functions. Interested parties must submit their offers by December 18, 2025, via email to the designated contacts, Tanner Scheffler and Austin Hurst, and must be registered with SAM to be eligible for consideration.
    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.