Gnu Ada Translator(GNAT) Pro Ada Software and Licenses
ID: W15QKN-24-Q-10VKType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, 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 Army Contracting Command - New Jersey, is planning to award a Firm-Fixed Price (FFP) contract for the procurement of GNAT Pro Ada software and associated support services from AdaCore. This acquisition, which will be conducted on a sole source basis, is crucial for the US Army Combat Capabilities Development Command (DEVCOM) Armaments Center, ensuring they have the necessary software tools for their operations. The procurement process is authorized under Simplified Acquisition Procedures, reflecting the government's commitment to obtaining commercial solutions while adhering to federal regulations. Interested parties may submit capability statements or quotations by September 20, 2024, with inquiries directed to Qendresa Neza at qendresa.neza.civ@army.mil or Nicole Thalmann at nicole.l.thalmann.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document relates to the approval of the procurement process for GNU NYU Ada Translator (GNAT) Pro Software, including licenses and maintenance. This approval is granted on a limited source basis in accordance with the Simplified Procedures for Certain Commercial Items, as outlined in federal regulations (41 U.S.C. 1901) and FAR Subpart 13.5. The procurement is contingent on the availability of funds and ensuring that the specified services or supplies are authorized for acquisition. The document serves as a formal record of the contracting officer's decision, indicating procedural compliance and the requisite approvals for moving forward with this specific software purchase. The approval reflects the federal government's commitment to seeking commercial solutions while adhering to appropriate procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    F5 Software License
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is seeking to procure a range of F5 software licenses and associated services. The procurement includes specific F5 products, such as BIG-IP Service licenses and RMA services, which are critical for maintaining the functionality of the Application Delivery Gateway (ADG) and supporting essential Authentication, Authorization, and Accounting (AAA) processes. This sole source procurement is justified due to the unique capabilities of F5 products, which are already integrated into the existing infrastructure, making it impractical to switch to alternative vendors without significant operational disruptions. Interested parties can contact Brook Smith at brook.m.smith.civ@us.navy.mil for further details regarding this opportunity.
    COMMAND PE SOFTWARE - SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, is seeking proposals for the procurement of two Command PE Premium licenses as part of a service contract. The objective of this procurement is to secure the CommandPE software and associated licenses to enhance training capabilities through immersive war games and tabletop exercises, with a performance period scheduled from October 2, 2024, to March 1, 2025. This initiative is crucial for advancing the Navy's training methodologies by integrating custom environments for realistic simulations. Interested bidders must submit their quotes by 09:00 a.m. EST on September 18, 2024, to Amy Anderson at amy.c.anderson2.civ@us.navy.mil, ensuring compliance with all solicitation requirements and regulations.
    2024 Autodesk Yearly Maintenance Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking Autodesk Yearly Maintenance Software Support. This service is typically used for the annual renewal of Autodesk Software Maintenance to support previously purchased software licenses. The procurement will be awarded to DLT Solutions in Herndon, VA. The contract will be a Firm Fixed Price with a performance period of 12 months. Please note that this notice is not a request for quote and does not guarantee the release of future RFQs.
    Red Gate Software Subscription Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a subscription service for Red Gate Software on a sole-source basis from Red Gate Software Limited, based in the United Kingdom. This procurement is essential as the software must be compatible with existing systems at the Naval Air Warfare Center Weapons Division in China Lake, CA. The opportunity is not open for competitive proposals; however, interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, by email to Terryl Mitchell by the deadline of five days after the publication of this notice. For further inquiries, interested parties can contact Terryl Mitchell at terryl.n.mitchell.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    ACC-APG Competitive Opportunities: Division C
    Active
    Dept Of Defense
    The U.S. Army's Contracting Command at Aberdeen Proving Ground has issued a special notice intended to improve communication between the Army and industry stakeholders. While this is not a formal solicitation, it provides quarterly updates on upcoming acquisitions. The Army seeks industry partners for various engineering and technical support services across different divisions. These opportunities are primarily focused on intelligence, software engineering, and electronic warfare systems. The scope of work for these acquisitions varies, but several require support services for software engineering, systems integration, and sustainment. Deliverables include engineering analysis, technical assistance, and intelligence support for Army operations. Several divisions and program offices have outlined their requirements, including CECOM SEC, which seeks software engineering support for intelligence and electronic warfare systems. The estimated value of these contracts ranges from $100 million to over $500 million. Another division, PM EW&C, requires a real-time monitoring solution for a Spectrum Situational Awareness System (S2AS), while SNTRE seeks a spectrum monitoring capability for Army systems. Additionally, PM IS&A has expressed a need for automated data reduction and analysis tools. To apply, applicants should carefully review the requirements outlined in the Excel document attached to the quarterly update. Applicants must submit their proposals electronically, with deadlines varying based on the acquisition. The Army will evaluate applications based on their relevance, technical merit, and cost-effectiveness. Applicants should direct any questions to the designated point of contact, Kellie Lamar-Reevey, ensuring they include the relevant RFP/TOR/Identifier number. This summary provides an overview of the quarterly update and associated files, offering insight into the Army's upcoming acquisitions. For detailed information, potential applicants should review the original notice and attached files.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    SOLE SOURCE - NULKA MK 234 ADAP PROGRAM ENGINEERING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane (NSWC-CR), is seeking engineering services for the Nulka MK 234 Advanced Decoy Architecture Program (ADAP). The procurement aims to provide comprehensive engineering, technical, maintenance, and sustainment services, as well as research and development support for the ADAP payload program, which includes all versions and variants of the system. This contract is critical for ensuring the operational readiness and effectiveness of the Nulka decoy systems, which play a vital role in naval defense strategies. Interested parties must submit their capability statements or proposals by the closing date of September 18, 2024, at 4:00 PM EDT, and inquiries should be directed to Jackson Stone at jackson.t.stone2.civ@us.navy.mil. The contract is anticipated to cover a base year with two option years, totaling three years of performance.