Notice of Intent to Sole Source to Saratech
ID: N66001-25-Q-6283Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Paydarfar Industries, Inc. dba Saratech for the procurement of maintenance services on various Solid Edge software products. The requirement includes maintenance for eight licenses of Solid Edge Classic, one license of Solid Edge Electric Routing, and two licenses of Solid Edge Simulation, all for a duration of 12 months. This procurement is critical for maintaining the operational capabilities of the Navy's engineering and design processes, and the agency has determined that only Saratech can fulfill these specific requirements. Interested parties may submit their capabilities and inquiries to Kylie Nevells at kylie.m.nevells.civ@us.navy.mil by July 11, 2025, at 1200 Pacific, and must be registered in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE -- MATHWORKS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of a firm-fixed-price license for the MATLAB and Simulink product families. This requirement includes software maintenance for the existing MathWorks Total Academic Headcount (TAH) License, Campus Wide Suite, which is critical for the Naval Postgraduate School (NPS) in Monterey, California, as it supports various academic and research activities across the campus. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on December 8, 2025, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals and no solicitation document exists for this requirement.
    Parraid Software for Flight Test Support
    Buyer not available
    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.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    SOLE SOURCE – ANSYS SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    MATLAB-Mathworks Sole Source Award
    Buyer not available
    The Department of Defense, specifically the Office of Naval Intelligence, intends to solicit and negotiate a sole source contract with Mathworks for the procurement of MATLAB software. This Firm Fixed Price (FFP) contract is being pursued under the authority of FAR 13.106-3 and FAR 6.302-1(b)(ii), emphasizing the necessity of this software for operational purposes within the Navy. The government is seeking a discount from the offeror's schedule prices and will consider any quotations received, although this notice is not a request for competitive proposals. Interested parties can direct inquiries to Kevin Williams at kevin.a.williams216.civ@us.navy.mil or by phone at 301-669-4346.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    70--DVD,CER LAPTOP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a DVD, CER laptop, under a presolicitation notice. The procurement involves a sole source requirement for a specific item identified by NSN 1H-7030-016996214, with a quantity of one unit to be delivered to DLA Distribution Norfolk, VA. This item is critical for Navy operations, and only sources approved by the In-Service Engineering Activity (ISEA) will be considered, necessitating certification as a Depot Overhaul Point (DOP) for potential suppliers. Interested parties must submit a Source Approval Request (SAR) to the contracting officer, Alison N. Bruker, via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source based on the responses received.
    Intent to Sole Source -Repair of Spare EDG Governors
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract to Drake Controls-West, LLC for the repair of two Emergency Diesel Generator (EDG) Governors. This procurement is critical as it involves the overhaul and restoration of the governors to Original Equipment Manufacturer (OEM) specifications, ensuring operational readiness for Nimitz-class carriers, with no alternative vendors authorized to perform these specialized services. The contract is set to run from December 22, 2025, to February 24, 2026, and interested parties must submit their capability documentation by December 10, 2025, to the designated contacts, Emily Hamilton and Brian Fergus, via email.