LogiQuest Software W/Option Years
ID: N5523625Q0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking small business vendors to provide LogiQuest Software and related services for a five-year period from January 1, 2025, to December 31, 2029. The procurement includes one NMCRL-WEB Annual Subscription, one LogiQuest on DVD with monthly updates, and twenty LogiQuest Concurrent User Licenses, all aimed at enhancing maintenance operations and fleet support through an online capability research tool. This software is critical for identifying parts, specifications, and logistics documentation, ensuring operational efficiency within the center. Interested vendors must submit their responses by October 10, 2024, at 11:00 AM (PST) to the primary contacts, Jamie Devera and Cynthia Urias, via the provided email addresses.

    Files
    Title
    Posted
    The document is a Request for Specification Clarification regarding the LogiQuest Software, issued by the Southwest Regional Maintenance Center (SWRMC). It includes key contact information for SWRMC personnel, Jamie Devera and Cynthia Urias, who are responsible for addressing contractor inquiries related to the specific solicitation (N5523625Q0002). The purpose of this document is to facilitate communication and clarify specifications associated with the software procurement process. It provides a structured format for contractors to submit their questions, while also outlining review steps for internal SWRMC officials. This ensures thorough and organized processing of inquiries, which is essential in the context of government RFPs where clarity and compliance with specifications can significantly impact contract fulfilment and project success. The emphasis on technical and supervisory reviews indicates the need for adherence to established requirements in federal contractual engagements.
    The document outlines a Request for Proposal (RFP) for the Southwest Regional Maintenance Center (SWRMC), specifically for procurement of LogiQuest software and related services. The primary purpose is to acquire the latest AEL/APL Data Add-on Licenses, an NMCRL-WEB Annual Subscription, and LogiQuest on DVD, along with technical documentation and support services. Terabase Corporation is identified as the manufacturer, with specific item quantities provided for each product needed, totaling 23 items. The procurement spans a base year from January 1, 2025, to December 31, 2025, with four optional extension years through 2029. Delivery is designated for the SWRMC in San Diego, CA. The RFP emphasizes the need for US-based technical support and allows access to Luciquest from multiple locations, highlighting an intention to enhance operational efficiency within the center. The lack of packaging requirements indicates straightforward delivery since software is the primary product.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is hosting a virtual Industry Day Brief on October 23, 2024, to discuss the Enterprise Level Logistics and Engineering Technical Support Services (LOGEN 2) requirement. This event aims to generate interest in the follow-on support for Contract N68520-23-D-0001, previously awarded to FleetJV, and to explore potential Small Business Set Aside opportunities while facilitating networking among interested companies. The services sought are critical for enhancing the Navy's logistics and engineering capabilities, and all interested large and small businesses are encouraged to attend. Interested parties must register by contacting Contract Specialist Nancy Morris at nancy.t.morris.civ@us.navy.mil, providing necessary company details, with follow-up questions due by October 25, 2024.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a contract that spans a base year of 10.5 months with four additional 12-month option years. The objective of this procurement is to secure subscriptions and licenses that will enhance quality management within USACE, streamline administrative processes, and facilitate risk management by centralizing key functions and providing visibility into activities. The software must support 151 dedicated users and 80 concurrent users, include customizable workflow capabilities, and provide comprehensive technical and consulting support, including adherence to various ISO standards. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    DMDC Cardstock Warehousing and Logistical Support
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Human Resources Activity, is seeking proposals from eligible small businesses for Cardstock Warehousing and Logistical Support Services. This procurement involves a range of services including warehousing, distribution of cards and consumables, shipping, and processing card returns, all in support of the Defense Manpower Data Center's Identity Credential Management program. The contract will have a transition period starting on February 1, 2025, followed by a five-month base period and four optional twelve-month periods, with the solicitation expected to be issued around October 23, 2024, and proposals due by November 13, 2024. Interested parties can contact LaShondra Pelican at lashondra.n.pelican.civ@mail.mil or Melissa Tamayo at melissa.s.tamayo.civ@mail.mil for further details.
    Mastercam Software Maintenance Renewals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure Mastercam Software Maintenance Renewals on a sole-source basis from CAD/CAM Consulting Services Inc. This procurement includes the renewal of Mastercam Software Licenses, Annual PostCare Maintenance, and Annual Post Processor Maintenance, which are critical for maintaining the functionality and support of existing software in use. Interested firms that believe they can meet these requirements are invited to submit a written response, including a capability statement, to the primary contact, Andrea Farrell, by email within five days of this notice. For further details, potential bidders should ensure their registrations in the System for Award Management (SAM) are active and compliant with all requirements, including certification through Defense Logistics Information Services (DLIS) for accessing Controlled Unclassified Information.
    Insight Plane Sciences Software Renewal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the renewal of Insight Plane Sciences Software. This procurement involves a sole source contract for annual software support, which is critical for the Coast Guard's operational analysis and monitoring of aircraft flight data. The selected vendor, APS Aerospace Corporation, will provide essential software maintenance services from November 1, 2024, to October 31, 2025, ensuring continuity and compliance with federal regulations. Interested parties must submit their quotes by October 9, 2024, at 12:00 PM EST, and direct all inquiries to Jeremy A. Wood via email at jeremy.a.wood@uscg.mil.
    CONTAINER, MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of maintenance containers, specifically NSN 2590-016421408, from Winzer Corporation. The requirement includes an initial quantity of five units, with a potential option for an additional 100%, to be delivered to San Joaquin, CA, within a 210-day timeframe. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals evaluated based on price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their offers via the DIBBS platform or email Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available on or about October 22, 2024.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.
    16--PGMC LRM,AIRCRAFT,M
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of PGMC LRM, AIRCRAFT, M, with a National Stock Number (NSN) of 7RH 1680 015817851 E7 and a part number of 110K080G04, requiring a quantity of six units. This procurement is critical for maintaining operational readiness and support for naval aircraft, emphasizing the importance of timely delivery and compliance with government approval processes. Interested vendors must submit their quotes via email to Peter Kobryn at peter.kobryn@navy.mil by the extended deadline of October 16, 2024, and must ensure they meet the necessary source approval requirements as outlined in the NAVSUP WSS source approval brochure. For further inquiries, potential bidders can contact Peter Kobryn at 215-697-4313.
    GPS WAYPOINT SEQUENCE BUILDING SOFTWARE PROGRAM FOR F-5 AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking industry input for the development of a new GPS Waypoint Sequence Building software program for F-5 aircraft. The objective is to replace an outdated program currently operating on Windows XP with a modern solution that functions on a standalone Windows 11 computer, ensuring compatibility with two variants of the cockpit display unit (CDU) used in these aircraft. This software is critical for creating and managing GPS waypoint sequences, which are essential for flight planning and navigation, and must include features such as editing waypoints, building sequences, and analyzing routes for radar vulnerability. Interested parties are invited to submit capability statements by October 8, 2024, to Shandra G. Schultz and Catrina Farrell via email, detailing their experience and technical capabilities, as well as their business size classification.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.