FY25 Microsoft Dynamics Software Maintenance - Great Plains
ID: HQ042325QE003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DFAS ADMINISTRATIVE SVCS - COLUMBUSCOLUMBUS, OH, 432131152, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is soliciting proposals for the fiscal year 2025 renewal of Microsoft Dynamics Great Plains software maintenance. This procurement encompasses the maintenance and support of the Great Plains System, specifically for DFAS locations in Indianapolis and Texarkana, with an estimated total award amount of $47 million. The maintenance services are crucial for ensuring the operational efficiency of the financial software systems used by the government. Interested small businesses must submit their proposals by November 29, 2024, at 12 PM ET, and can reach out to Patrina James at patrina.l.james.civ@mail.mil or Eric Filion at eric.j.filion.civ@mail.mil for further information.

    Files
    Title
    Posted
    This document outlines the Maintenance and Annual Renewal requirements for Microsoft Dynamics Great Plains software for the fiscal year 2025, covering the period from November 11, 2024, to November 30, 2025. It lists various Contract Line Item Numbers (CLINs), each corresponding to specific software products and their respective renewal dates. Key products include the Microsoft Dynamics GP Enhancement Plan, eOne Smartlist Builder, and Mekorma MICR Payables and Payroll Software, with services offered in both Indianapolis and Texarkana locations. Each product's maintenance primarily pertains to software support and enhancements, focusing on ensuring continuous operational efficiency. Renewal encompasses comprehensive software maintenance plans tailored to each location and module, emphasizing the renewal of electronic payment solutions and risk management suites. This document is critical in managing the software lifecycle for government agencies, ensuring compliance with technology standards and operational requirements.
    This document serves as an amendment to a federal solicitation, primarily addressing changes to the response due date for offers. The amendment extends the response period for the Request for Quotation (RFQ) identified as HQ042325QE003 from November 25, 2024, to November 29, 2024, at 12 PM Eastern Time. It stipulates the procedures for contractors to acknowledge receipt of the amendment and makes clear that changes to already submitted offers can be made under specified conditions. Furthermore, it details the modifications related to contracts/orders and maintains that all other terms and conditions remain unchanged. The amendment is administrated by DFAS Columbus, indicating the importance of compliance with procurement protocols in government contracting. Overall, this amendment ensures streamlined communication regarding changes in timelines within the solicitation process for potential contractors.
    This document outlines a solicitation for the Women-Owned Small Business (WOSB) program regarding a contract for the annual maintenance renewal of Microsoft Dynamics Great Plains software for the Defense Finance and Accounting Service (DFAS). The procurement is for fiscal year 2025 and covers various related services delivered to DFAS locations in Indianapolis and Texarkana. The total award amount is estimated at $47 million, and specific items include renewal contracts for several software enhancements and modules. The document specifies detailed inspection and acceptance procedures, delivery schedules, and contract administration information, including points of contact and relevant clauses regarding government compliance and the availability of funds. This solicitation addresses the government's commitment to supporting small businesses while ensuring efficient maintenance of its financial software systems.
    The document outlines guidelines for the procurement process as dictated by the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). It specifies that for purchases below the simplified acquisition threshold, contracting officers may solicit bids from a single source when warranted by factors such as urgency, exclusive licensing, or brand-name considerations. The sections pertaining to FAR 8.4 and 16.5 are noted as not applicable under these circumstances. The overall purpose of this document is to provide clarity regarding the source selection process and the criteria under which sole-source procurement may be justified in federal contracting. It emphasizes the significance of adhering to established regulations when acquiring government services, ensuring compliance and transparency in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.
    Principal Period of Maintenance (PPM)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a firm-fixed price contract to provide preventive and remedial maintenance services for government-owned Hewlett Packard and Compaq computer equipment. The contract requires contractors to ensure on-site response to service requests within four hours and restoration of equipment functionality within twelve hours during the Principal Period of Maintenance (PPM), which spans 16 hours a day from Monday to Friday. This procurement is critical for maintaining operational readiness of IT systems essential for defense operations, emphasizing the importance of timely and effective maintenance services. Interested offerors must submit their proposals by November 4, 2024, and should direct any inquiries to Lamar Anderson at lamar.b.anderson@navy.mil or by phone at (540) 742-4132.
    2024 Autodesk Yearly Maintenance Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking Autodesk Yearly Maintenance Software Support. This service is typically used for the annual renewal of Autodesk Software Maintenance to support previously purchased software licenses. The procurement will be awarded to DLT Solutions in Herndon, VA. The contract will be a Firm Fixed Price with a performance period of 12 months. Please note that this notice is not a request for quote and does not guarantee the release of future RFQs.
    Tangible Security ProVisioner (ProV) Subscription
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 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 a contractor to implement and sustain the Maintenance Business System Modernization (MABSM) for the Aircraft Maintenance Groups at the Oklahoma City Air Logistics Center (OC-ALC) and Warner Robins Air Logistics Center (WR-ALC). This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a period of 2 years and 6 months, focusing on the implementation of customized Impresa software, project management, user training, and ongoing support to ensure system accuracy and compliance with quality control measures. The selected contractor will play a critical role in enhancing maintenance practices within the Air Force, with the anticipated solicitation number being FA822425R0002 and a projected start date in November 2024. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or Jacob Molnar at jacob.molnar@us.af.mil for further inquiries.
    DLA Installation Management Enterprise Mailroom Management Service
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to award a sole-source contract to Pitney Bowes for comprehensive Mailroom Management Services, which include the procurement of mailroom services, equipment purchase, maintenance, and software setup. The primary objective is to enhance accountability and efficiency in mail and package processing across various DLA locations, including Fort Belvoir, with a focus on compliance with federal security standards. The estimated contract value over a five-year period is approximately $1,852,856.28, with a base period from October 1, 2024, to August 31, 2025, followed by four optional years. Interested vendors must submit a Letter of Interest by October 29, 2024, to Beverly J. Williams at Beverly.j.williams@dla.mil, including their DUNS Number and TIN, as this opportunity is not a Request for Proposal.
    Viewpoint Annual Software Maintenance Agreement
    Active
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center, is seeking qualified vendors to provide the GE Viewpoint Annual Software Maintenance Agreement. This procurement aims to ensure the continued functionality of the GE Precision Healthcare software, allowing WAMC staff to access support for software issues and errors through the Viewpoint help desk. The anticipated contract will span from December 1, 2024, to November 30, 2029, consisting of one base year and four optional years, with the solicitation number W91YTZ25QA001 to be posted on Sam.gov. Interested vendors must provide their Dunn and Bradstreet number, CAGE code, tax ID number, and published price list, and are encouraged to contact Cynthia A. Richardson-Rhone or Michael J. McCollum for further information before the Sources Sought closing date of October 28, 2024.
    Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the acquisition of Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) Systems. This procurement aims to fulfill a requirement from the Office of the Product Director Test Measurement and Diagnostic Equipment, providing modular, soldier-portable automatic test equipment essential for maintenance personnel to enhance system testing capabilities. The contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) with a minimum guarantee of 40 First Article Test Units over five years, with a formal solicitation anticipated to be issued around August 20, 2024. Interested parties should direct inquiries to Contracting Officer Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or Contract Specialist David S. Gordon at david.s.gordon26.civ@army.mil, and note that the proposal submission deadline has been extended to November 11, 2024.
    RFI - ERP Cloud Hosting, Managed Services, and SAP Licensing
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking information from potential sources for hosting, managing, and licensing services related to its Enterprise Resource Planning (ERP) system, primarily utilizing SAP software. The objective of this Request for Information (RFI) is to assess the market's capabilities to provide cost-effective and efficient solutions for hosting, optimizing, and managing DLA's SAP ERP and associated non-SAP cloud environments, particularly in the context of transitioning to S/4HANA while adhering to stringent cybersecurity requirements. This initiative is crucial for enhancing operational efficiency and ensuring compliance with industry standards, ultimately benefiting military operations and taxpayer accountability. Interested parties must submit their responses by 5:00 PM EDT on November 15, 2024, and can contact Cecilia Geraghty at Cecilia.Geraghty@dla.mil or by phone at 215-737-3054 for further information.
    WIPL-D Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division (NAWCAD), is seeking quotes for the maintenance renewal of WIPL-D Pro software licenses, essential for modeling and simulation of antennas and RF systems on naval platforms. The procurement includes various software licenses, including WIPL-D Pro DDS Solvers and a Linux Cluster license, with a focus on maintaining accurate computational electromagnetics modeling capabilities to meet operational demands. The contract period is set for one year, commencing on August 31, 2024, with quotes due by October 28, 2024, at 7:00 am Eastern Standard Time. Interested vendors must submit their proposals to the designated contacts, Michael Coffey and Roberta Nethercutt, via email, ensuring compliance with all specified requirements and certifications.