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
    Notice of Intent- MATLAB Software Purchase
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) intends to procure MATLAB software on a sole source basis, as part of a firm-fixed price Delivery Order through the Army Computer Hardware Enterprise Software and Solutions (CHESS) system. The procurement includes an individual license and a designed computer license for MATLAB, which must comply with ACE-IT standards and be compatible with existing USACE systems. Interested vendors may submit information regarding their products for consideration, but this notice does not constitute a request for competitive proposals. For inquiries, vendors can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
    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.
    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.
    FIRE CONTROL COMPUTER III (FCCIII)
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - New Jersey, intends to solicit and award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Fire Control Computer III (FCCIII) to DRS Network & Imaging Systems, LLC, located in Melbourne, Florida. This procurement aims to address the substantial duplication of costs and unacceptable delays to the Government, as outlined in the Justification & Approval (J&A) documentation, which cites the authority under Title 10 U.S.C. Section 3204(a)(4) and FAR Part 6.302-1(a)(2)(ii)(A) and (B). The FCCIII is critical for enhancing fire control capabilities within the Army, ensuring operational efficiency and effectiveness. Interested parties may direct inquiries to Mr. Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil or Ms. Klaudia Grabias at klaudia.a.grabias.civ@army.mil, with the solicitation anticipated to be released in FY2025.
    FMS Case KV-B-UBQ NVDs & Spares
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting bids for the procurement of Night Vision Devices (NVDs) and spare parts under the Foreign Military Sales (FMS) Case KV-B-UBQ for Kosovo. This firm fixed-price contract aims to fulfill urgent requirements for 1,000 NVDs and associated spare parts, emphasizing compliance with military standards for quality assurance, packaging, and shipping. The procurement is critical for enhancing military capabilities and ensuring operational readiness, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Emanuel Green or Aqua M. Jefferson via their provided email addresses.
    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.
    United States Navy and FMS Laser Guided Bombs Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure Computer Control Group (CCG) and Airfoil Group (AFG) components for GBU-10/12/16 Laser Guided Bombs (LGBs) to support the United States Navy and Foreign Military Sales (FMS) partners. This procurement is critical for maintaining the operational capabilities of the Navy's precision-guided munitions, as it involves components that meet stringent performance specifications established by the United States Air Force. The anticipated contract, expected to be awarded in May 2025, will be a Firm Fixed Price type for a one-year period to fulfill requirements for Fiscal Year 2025. Interested parties may contact Kevin Simone at kevin.a.simone.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil for further information, noting that this is a presolicitation notice and not a request for proposals.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES 03 October 2023
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES as of 03 October 2023. This procurement is for opportunities related to the ACC APG Division A CCDC C5ISR. The service/item being procured is typically used for C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) operations. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    Montavista Software Licenses and Maintenance Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for MontaVista Software Licenses and Maintenance Support. This procurement focuses on acquiring MontaVista Linux 6, an embedded system development platform essential for developing, building, and maintaining software components, which includes the operating system and integrated development toolchain tailored for specific hardware. The justification for this brand name requirement stems from MontaVista being the original manufacturer with proprietary tools necessary for the development and maintenance of the VACM software, with an estimated contract value of $40,000. Interested parties can direct inquiries to Lolita Soto at lolita.soto@us.af.mil or Brooke Carpino at Brooke.Carpino@us.af.mil, with the contract expected to be awarded by October 2024.