MAK VT SWM
ID: N0017826Q6657Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a solicitation for maintenance renewals and reinstatement fees for various software products: VR-Link Run-Time, VR-Vantage, and SensorFX. The request includes specific part numbers (VRL-RT-MNR, VRV-MNR, JRM-SFX-MNR) and quantities for each. The majority of the items are for maintenance renewals, with two instances of VR-Vantage Maintenance Reinstatement fees. The period of performance for most items is from April 1, 2026, to March 31, 2027, with a unit of measure listed as 'LOT' or 'EA'. A critical note states that only authorized resellers are eligible to quote. This file is likely part of a federal or state RFP process for software maintenance and support.
    This government solicitation (N0017826Q6657) is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software. The contract specifies Firm Fixed Price for all items, with a performance period from April 1, 2026, to March 31, 2027. Key clauses include detailed instructions for electronic invoicing via Wide Area WorkFlow (WAWF), specific requirements for commercial supplier agreements, and standard government contract terms and conditions. Delivery and inspection of services will occur at NSWC Dahlgren, VA. The document emphasizes adherence to FAR and DFARS regulations, outlining contractor responsibilities for safeguarding information systems, ensuring equal opportunity, and combating human trafficking.
    Lifecycle
    Title
    Type
    MAK VT SWM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    QFS SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    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.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    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.
    MVR Simulation Virtual Reality Scene Generator (VRSG) renewals
    Dept Of Defense
    The Department of Defense, specifically the Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC), is seeking to procure thirty-two (32) renewals of the MVR Simulation Virtual Reality Scene Generator (VRSG) under a sole-source contract. This procurement is essential for maintaining the Joint Simulation Interoperability Lab (JSIL)'s MUSE/AFSERS training system, which relies on VRSG to create realistic 3D environments and sensor simulations for Unmanned Aircraft Systems (UAS) and Remotely Piloted Aircraft (RPA) training. The requirement is justified under FAR 16.505(b)(2)(i)(B), and neglecting the maintenance of VRSG could jeopardize military readiness and increase cyber risks. Interested parties may contact Shanika Hamilton at shanika.l.hamilton.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil for further information, with responses from capable sources being considered within 7 days of the notice publication.
    Udacity License/Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking to procure a renewal of Udacity licenses and related support services. This procurement includes a firm-fixed-price contract for various Udacity licenses, such as up to 50 user licenses, 250 Learning Plan Technology Quotient (TQ) licenses, and 50 Skills Assessment licenses, with a delivery period extending from December 18, 2025, to September 17, 2027. The licenses and services are critical for enhancing the technical skills and capabilities of personnel at the NAWCWD, ensuring they remain proficient in modern technologies. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals in response to the solicitation N6893626Q5052, and are encouraged to contact Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil for further details.
    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.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Janes Customer Portal
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure subscriptions for the Janes Customer Portal, specifically for Equipment and News, under solicitation number N66604-26-Q-0014. This procurement is a sole-source, firm-fixed-price acquisition set aside for small businesses, requiring subscriptions for the period from January 1, 2026, to December 31, 2026, as Janes Group is recognized as a leading publisher of open-source defense intelligence critical for Navy research and operational advantage. Interested firms must submit a written response with a capability statement by October 15, 2025, at 6:00 PM EST, including item prices, shipping costs, and other relevant details, with active SAM registration required for participation. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    VOYAGE REPAIRS (VR)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for Voyage Repair (VR) services for the USNS SHIP (T-AKE). The procurement involves specific tasks such as exterior weather deck handrail replacement and various preservation and modification activities, which are to be executed under a Firm Fixed Price contract. These services are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the required standards during their voyages. Interested contractors must submit their quotes by January 26, 2026, with the work scheduled to take place in Portsmouth, UK, from April 7 to April 21, 2026. For further inquiries, potential bidders can contact Antonella De Fraia Frangipane at Antonella.defraiafrangipane.ln@us.navy.mil or Estevan Glatt at estevan.e.glatt.mil@us.navy.mil.