Seafloor Mapping Software
ID: FA481425TF055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software, specifically requiring 18 new software licenses along with extended maintenance agreements for both new and existing licenses. This software is critical for supporting various commercial undersea sensors and must comply with operational standards, including usability on classified SOCOM networks, emphasizing the importance of security compliance and ongoing technical support in federal procurement processes. Interested small businesses must submit their bids by April 30, 2025, with the selection process following a Lowest Price Technically Acceptable (LPTA) approach, and can direct inquiries to Ramon Jimenez at ramon.jimenez.7@us.af.mil or Yvette Prioleau at yvette.prioleau.1@us.af.mil for further details.

    Files
    Title
    Posted
    This government document outlines a Request for Proposal (RFP) for the procurement of SonarWiz software and its maintenance agreements. The primary requirement is for 18 units of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software (CLIN 0001), which must support various commercial undersea sensors and comply with specific operational standards, including usability on classified SOCOM networks and annual maintenance agreements. Separate procurement is requested for annual extended maintenance agreements (CLIN 1001-4002) for technical support and software updates during the maintenance period, covering 12 and 18 units respectively. The maintenance agreements must provide access to enhanced features, technical support, and client discounts, with the first year of support included in the purchase price. This summary emphasizes the importance of software compatibility, security compliance, ongoing technical support, and user satisfaction in the federal procurement process related to undersea sensor operations. The document reflects the government's commitment to investing in advanced technology solutions that are compliant with national security requirements.
    The document is inaccessible due to protection standards preventing viewing with the current PDF reader. It pertains to federal government requests for proposals (RFPs), grants, and state and local RFPs, which usually contain critical information regarding funding opportunities and project requirements. Such documents typically outline eligibility criteria, application procedures, funding amounts, and deadlines, and may detail project objectives and expectations for potential contractors or grantees. The structure generally includes an introduction setting the context, followed by specific guidelines and requirements for applicants, and concludes with contact information for further inquiries. Overall, it serves as a key resource for stakeholders seeking government funding or partnerships. However, without access to the actual content, the specific details and insights from this file cannot be summarized effectively.
    The Department of the Air Force, specifically the 6th Air Refueling Wing at MacDill Air Force Base, is soliciting quotes for the procurement of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software. This request for quotation (RFQ) aims to source new licenses for the software, including one year of maintenance, and is fully set aside for small businesses. The solicitation is structured to include detailed specifications, evaluation criteria, and submission instructions. Quoters must submit their bids by April 30, 2025, emphasizing technical compliance and price evaluations. The selection process follows a Lowest Price Technically Acceptable (LPTA) approach, assessing both the acceptability of products and pricing to encourage competition. Key submission requirements also include organizational details such as UEI numbers and employee counts. Provisions and clauses relevant to federal acquisitions, including compliance with environmental standards regarding ozone-depleting substances, are articulated throughout the document. This RFQ demonstrates the Air Force’s commitment to modernizing its capabilities through small business engagement while ensuring adherence to federal acquisition regulations. The structured process aims to facilitate a fair and efficient procurement cycle while addressing technical and fiscal accountability.
    Lifecycle
    Title
    Type
    Seafloor Mapping Software
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    26-SIMACQ-E60-0005 SMART License
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking interested parties for the procurement of Supportability Management Assessment Report Tool (SMART) Licenses through a Sources Sought Notice. This opportunity includes a base year license along with four option year licenses, all classified as commercial items under the NAICS code 513210, which pertains to Software Publishers. The SMART Licenses are crucial for enhancing supportability management assessments within the Navy's operational framework. Interested vendors should reach out to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details regarding this procurement initiative.
    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.
    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.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Adacore Software Subscription
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center in China Lake, CA, is seeking quotes from Women-Owned Small Businesses (WOSB) for the procurement of Adacore Software subscriptions. The requirement includes subscriptions for GNAT Pro Enterprise for Ada and C/C++, which are essential for developing software for x86 VxWorks 7.x (64 bits) cross-hosted on x86 Windows, with each subscription allowing access for five unique users. This procurement is critical for supporting software development efforts within the Navy, and the contract is expected to be awarded on a Firm Fixed Price basis. Interested vendors must submit their quotes by December 22, 2025, at 3:00 PM, and can direct inquiries to Amy Lamberth at amy.s.lamberth.civ@us.navy.mil.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    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.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.