JMP SAS PRO Software Licenses
ID: W911QY-25-R-JMP5Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, intends to award a Firm Fixed Price contract for the annual renewal of JMP SAS/JMP PRO Software Licenses on a sole source basis to Executive Information Systems, LLC. This procurement is essential as the JMP SAS/JMP PRO software is uniquely capable of providing comprehensive statistical analysis and experimental design capabilities, which are not matched by other available graphical user interface statistical packages. Interested parties are invited to express their interest and capability via email to the primary contacts, Martina Biro and Brandon Rivett, by 1500 EST on April 18, 2025, as this notice does not constitute a request for proposals and no solicitation document is available.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
Keysight SW Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of simulation software from Keysight Technologies Inc. This procurement is being conducted on a sole-source basis, indicating that Keysight is the only vendor capable of fulfilling the requirement for this specific software renewal. The software is crucial for various defense applications, ensuring the quality, accuracy, reliability, and schedule of operations. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Amy Lamberth, at amy.s.lamberth.civ@us.navy.mil, within five days of the notice publication. All interested parties must also be registered in the System for Award Management (SAM) database to be eligible for contract award.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
Notice of Intent to procure Atlassian Software Renewals – CHESS RFQ- #524927
Buyer not available
The Department of Defense, specifically the Army, is seeking quotes for the procurement of Atlassian software license renewals under the CHESS RFQ-524927. This opportunity is a total small business set-aside and requires firm-fixed-price quotes for brand name software licenses, including Jira Service Management, Bitbucket, and Confluence, with a subscription period from April 21, 2025, to April 21, 2026. The procurement is critical for maintaining efficient project management and collaboration tools within the Army, ensuring compliance with established IT procurement guidelines. Interested vendors must submit their quotes through the CHESS IT MART by April 15, 2025, at 11:00 AM EST, and all inquiries should be directed to Daphne Philson at daphne.b.philson.civ@army.mil by April 10, 2025.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
John Hopkins Adjusted Clinical Groups Software Renewal
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source contract for the renewal of John Hopkins Software's Adjusted Clinical Groups (ACG) licenses, which are critical for operational analytics and clinical registry needs. This procurement aims to enhance patient case management by enabling the identification of patients for preventive care and those at high risk for hospitalization, utilizing the ACG system's multi-morbidity framework for accurate risk assessments and resource utilization predictions. The contract will be a fixed price agreement with a base year and one option year, and interested parties may submit capability statements to demonstrate their eligibility; if no responses are received by the deadline, the sole source award will proceed. For further inquiries, interested parties can contact Mary Jane Pastran at MaryJane.G.Pastran.ctr@health.mil or Thomas Reese at thomas.l.reese4.civ@health.mil.
Omega NExT PRO-02 Software
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure Extended Product NExT PRO-02 Software Support on a sole-source basis from Parraid, LLC, located in Hollywood, MD. This procurement includes a base year and two option years for software support, as the NExT PRO-02 Software is proprietary to Parraid. The software is critical for operational capabilities within the Navy, and interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Donell Sims, by the deadline of five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.