Naval Surface Warfare Center Carderock Division TecPlot License Renewals
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA
Timeline
    Description

    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking to procure nine TecPLUS software licenses from Tecplot Inc. under a sole-source contract due to the unique capabilities of the software, which is essential for marine propulsor design and analysis. This procurement is justified as non-competitive, as no alternative products can handle Tecplot layout files, and the software's proprietary nature necessitates direct acquisition from Tecplot to ensure compatibility with existing tools. Interested vendors must submit their quotes and capabilities statements by June 23, 2025, with a firm-fixed price agreement anticipated based on the lowest price and technical acceptability, and delivery is required by June 30, 2025, at the Carderock Division location in Bethesda, MD. For further inquiries, interested parties can contact David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a combined synopsis/solicitation for TecPLUS software licenses from Tecplot Inc. This procurement follows Federal Acquisition Regulation (FAR) guidelines and is being set aside for small businesses. The solicitation number is N0016725Q1084, and it pertains to NAICS code 513210. Interested vendors are encouraged to submit quotes and capabilities statements by June 23, 2025, by 11:00 AM EDT. The required submission includes a quote on company letterhead, pricing details, CAGE code, point of contact, GSA contract number (if applicable), and business size, with quotes rounded to the nearest dollar. Responses must demonstrate technical capability to meet solicitation requirements. The government may award a firm-fixed price agreement based on the lowest price and technical acceptability. The contract stipulates various compliance and inspection requirements, and the delivery of nine Tecplot software licenses is required by June 30, 2025, at the Carderock Division location in Bethesda, MD. The documentation includes various federal clauses governing the contract that ensure compliance with federal policies and standards.
    The NSWCCD SAP Non-Competitive Procurement Justification Memo outlines the rationale for selecting Tecplot, Inc. as the sole source for plotting and visualization software essential for marine propulsor design and analysis. The document cites regulations under FAR 13.106-1 and FAR 8.405-6 permitting non-competitive procurement when only one vendor is available. Tecplot 360, a specific software for engineering data visualization, is required to ensure compatibility with existing proprietary tools developed for fluid systems analysis. No competing products were found that could handle Tecplot layout files, and the software's unique capabilities necessitate direct acquisition from Tecplot due to proprietary rights and exclusive licensing agreements. The memo details the need for nine maintenance renewals for the software, which support mission requirements. The justification asserts that the integration with custom software and the absence of any feasible alternatives necessitate processing this requirement as a sole source, complying with government procurement guidelines.
    Lifecycle
    Similar Opportunities
    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.
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    Propulsor Duct Machining
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from authorized distributors or resellers for Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside procurement. The contract aims to acquire specific brand-name thrusters, as only Tecnova Advanced Systems can meet the government's stringent requirements without necessitating costly modifications to existing systems. This procurement is crucial for maintaining operational efficiency and part interchangeability within the Navy's underwater vehicle programs. Interested vendors must submit their quotes by December 17, 2025, at 11:00 a.m. Central Time, and can direct inquiries to Terra Roberts at terra.s.roberts.civ@us.navy.mil, with the total acquisition value expected to be under $350,000.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    ABAQUS SOFTWARE TRAINING
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHEODTD), intends to award a sole-source contract for ABAQUS software training to Trimech, located in Columbia, Maryland. This procurement aims to secure specialized training services for the ABAQUS software, which is critical for advanced modeling and simulation in defense applications. The contract will be a firm fixed price agreement, with a performance period not exceeding September 30, 2026, and is being pursued under noncompetitive procedures due to Trimech being the only known source capable of fulfilling the government's requirements. Interested parties may express their capabilities by December 17, 2025, and should direct inquiries to Tammy Kershner at tammy.r.kershner.civ@us.navy.mil.