NRL NOTICE OF INTENT TO AWARD SOLE SOURCE QXDM Subscription/License
ID: N00173-25-Q-1301311585Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Naval Research Laboratory (NRL), part of the Department of Defense, intends to award a sole source contract to Qualcomm Technologies, Inc. for a QXDM 2-5G Yearly License Subscription and an Annual Software License Fee. This procurement, categorized under NAICS code 541519 and PSC code 7A21, is essential for supporting advanced telecommunications and software applications within the Navy's operational framework. The contract will be executed using Simplified Acquisition Procedures, as the total value does not exceed the $250,000 threshold, and interested parties may submit evidence of their capabilities for consideration. For further inquiries, interested vendors can contact Carrie Cawley at carrie.a.cawley.civ@us.navy.mil or Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Research Laboratory (NRL) issued a Notice of Intent to award a sole source purchase order to Qualcomm Technologies, Inc. for a QXDM 2-5G Yearly License Subscription and an Annual Software License Fee. This procurement, identified by NAICS code 541519 and FSC/PSC 7A21, will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), as it does not exceed the $250,000 simplified acquisition threshold. This notice is not a request for competitive proposals; however, interested parties can submit evidence of their capability to respond, which will be considered for determining if a competitive procurement is advantageous to the Government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the DRS SI-9919 1U Chassis Assembly for SI-9174 Tuners to DRS Signal Solutions, Inc. of Frederick, Maryland. This procurement is necessary to fulfill specific agency requirements that can only be met by this single source, as no other supplies or services are deemed adequate. The goods are critical for radio and television broadcasting and wireless communications, aligning with the NRL's operational needs. Interested parties may express their capability to meet this requirement, but the government retains discretion over whether to pursue competitive procurement. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301273048.
    Thorlabs Infrared Spectrum Analyzer
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Thorlabs Inc. for the procurement of a Thorlabs Infrared Spectrum Analyzer. This specialized analytical laboratory instrument is critical for the NRL's research and development efforts, and the purchase will be made under Simplified Acquisition Procedures, adhering to FAR Part 13.106-1(b) for transactions not exceeding $250,000. Interested parties may express their capability to fulfill this requirement, but the government retains discretion over whether to pursue competitive procurement based on the responses received. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301265113.
    Praevium Wafer Bonded 8um Detectors
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Praevium Research Inc. for the procurement of Praevium Wafer Bonded 8um Detectors. This procurement is essential for fulfilling specific agency requirements that can only be met by the designated supplier, as no other sources are deemed capable of providing the necessary goods. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are invited to express their capabilities by referencing Notice of Intent number N00173-26-Q-1301264828 in their correspondence. For further inquiries, potential respondents may contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    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.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price Purchase Order on a sole source basis to Real-Time Innovations, Inc. (RTI) for the procurement of commercial software licenses and support products. The specific requirement includes four licenses for the RTI Connext DDS Secure, Developer Subscription (25-99), which is critical for ensuring secure data distribution in various defense applications. Interested vendors are encouraged to submit quotations demonstrating their capability to meet the government's needs, although the procurement is primarily directed at RTI under FAR 13.106-1(b). For further inquiries, interested parties can contact Jerome Abaya at jerome.d.abaya.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to participate.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Dell Data Domain Maintenance
    Dept Of Defense
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    Notice of Intent to Award to DELL Federal Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to DELL Federal Systems. This procurement is focused on acquiring IT and telecom services, particularly related to servers and perpetual license software, as outlined in the NAICS code 541519 and PSC code 7B22. The goods and services being sought are critical for the Navy's operational capabilities, ensuring they have the necessary technology to support their missions. For further details, interested parties can contact Paolo Mendoza at paolo.r.mendoza.civ@us.navy.mil or by phone at 619-553-7835.
    NRL Wind Tunnel Control Software Upgrade
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking to upgrade the wind tunnel control software through a contract awarded to AeroLab LLC. This procurement involves the enhancement of high-performance computing capabilities within the IT and telecom sector, which is critical for conducting advanced aerodynamic testing and research. The project will take place in Washington, DC, and is essential for maintaining the laboratory's operational efficiency and research capabilities. For further inquiries, interested parties can contact Candice Tawiah at candice.tawiah@nrl.navy.mil or by phone at 202-875-0091.
    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.