Spatial Analyzer- Software
ID: 25-SIMACQ-C70-0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of Spatial Analyzer software, aimed at enhancing operational capabilities at the Port Hueneme CBC Base in California. This solicitation is part of a broader initiative to acquire commercial products and services, with a focus on promoting participation from Women-Owned Small Businesses (WOSBs) and other qualified vendors, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The software is critical for various applications within the Navy, ensuring compliance with federal regulations and fostering competition among suppliers. Interested parties must submit their proposals by the specified deadline, and inquiries can be directed to Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.carpenter1@navy.mil, with the question and answer period concluding on May 23, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a contracting action by the NSWC PHD Contracts Office regarding software licensing exclusively provided by Hexagon Manufacturing Intelligence, Inc. A Sources Sought announcement was posted on SAM.gov between April 15 and April 29, 2025, yielding one response from capable vendors. To enhance competition in future procurements, the office plans to continue market research to diversify the vendor base and evaluate potential sources as they arise. The document includes certifications by the technical cognizance and legal counsel, affirming that the information presented is complete and accurate. The contracting officer, Brian Carpenter, also validates the justification presented in this narrative. Overall, the purpose of this document is to ensure proper documentation and adherence to acquisition regulations while managing software licensing and fostering competition in future contracting processes.
    The document outlines the guidelines for the Women-Owned Small Business (WOSB) solicitation and contract process for commercial products and services within federal procurement. It includes essential details such as requisition and contract numbers, award dates, solicitation numbers, and deadlines for offers. The solicitation enables participation from women-owned and economically disadvantaged women-owned businesses, with particular emphasis on accessibility to government contracts. Key components include item descriptions, quantities, pricing, and terms of payment, highlighting the need for compliance with specified federal acquisition regulations. Additionally, it mentions various business classifications eligible for bidding, such as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and HUBZone Small Businesses, emphasizing the goal of promoting small business participation in government procurement. The concluding sections stipulate the requirement for contractor signatures, acceptance of terms, and adherence to references included for compliance. Overall, the document serves to facilitate transparency and equal opportunity in government contracting processes while promoting diverse business ownership.
    The document outlines a solicitation for commercial products and services targeted at Women-Owned Small Businesses (WOSBs). It includes detailed information necessary for government contracting, such as requisition and contract numbers, due dates for offers, and payment details. Key sections address the method of solicitation, the delivery location, and the bidding terms, highlighting compliance with federal regulations, including the Federal Acquisition Regulation (FAR). Additionally, it specifies business classifications for eligibility, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The acquisition is stated as unrestricted, promoting wide competition among qualified vendors. The document further emphasizes the requirement for the contractor to sign, signaling agreement to the terms and conditions outlined. Overall, it serves as a formal request for proposals, facilitating the procurement process while empowering WOSBs in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with stringent military specifications. These items are essential for the Navy's systems and operations, ensuring they meet the required standards for functionality and safety. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Pre-Solicitation Notice for RPA Development and Training Support - N66001-25-R-0064
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is preparing to solicit proposals for RPA Development and Training Support under the pre-solicitation notice N66001-25-R-0064. This procurement aims to enhance capabilities in the development and training of Remotely Piloted Aircraft (RPA), which are critical for various defense operations. The opportunity is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation. Interested vendors can reach out to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil or call 619-553-9097 for further details as they prepare for the upcoming solicitation.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    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.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.