NSWCCD Tecplot Software
ID: N0016725Q0012_CombinedType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking to procure four perpetual licenses for Tecplot Software, a critical tool for analyzing complex data in computational fluid dynamics (CFD) projects. This procurement is being conducted as a sole-source acquisition from Tecplot, Inc., as the software is uniquely suited to handle specific file formats essential for ongoing naval systems projects, including those related to unmanned underwater vehicles (UUVs) and submarines. Interested parties are invited to submit a capabilities statement by 12:00 PM EST on October 29, 2024, although this notice is not a request for competitive quotes. For further inquiries, contact Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil or by phone at 757-600-8579.

    Point(s) of Contact
    Files
    Title
    Posted
    The document N0016725Q0012 is a solicitation for the procurement of Tecplot Software by the Naval Surface Warfare Center Carderock Division (NSWCCD). It is announced under the authority of the Federal Acquisition Regulation (FAR), highlighting a sole-source procurement to Tecplot, Inc. The software license type is designated as fixed-price and requires four perpetual licenses to be delivered to the NSWCCD in West Bethesda, Maryland. Interested parties may submit a capabilities statement by October 29, 2024, although the notice explicitly states that it is not a request for competitive quotes. The document includes various clauses and provisions related to federal regulations, including the Defense Federal Acquisition Regulation Supplement (DFARS) and provisions for small business representation. It establishes the NAICS code for this procurement as 513210, with specific size standards for small businesses. The document is structured in a formal manner reflecting conventional federal contract documents, including detailed requirements for submission and compliance, while also addressing various regulatory representations pertaining to business operations and material sourcing. Overall, the solicitation emphasizes government procurement processes and regulatory compliance, reflecting the preferences for small business engagement and offering insight into governmental contracting practices.
    The memorandum outlines a Sole Source/Brand Name Justification for the acquisition of Tecplot software licenses under the Simplified Acquisition Threshold (SAT) by the Naval Surface Warfare Center Carderock Division (NSWCCD). It establishes that, according to FAR regulations, the Contracting Officer can solicit proposals from a single source when warranted. Tecplot software is essential for analyzing complex data from computational fluid dynamics (CFD) projects, with the need for four perpetual licenses specified. The justification emphasizes that Tecplot is the sole supplier of the required software, as no comparable alternatives exist that can effectively handle Tecplot's file formats without requiring significant changes to existing production software. This would disrupt ongoing projects related to various naval systems, including UUVs and submarines. The memorandum concludes with the necessary signatures for technical certification and approval under federal procurement regulations, highlighting the unique position of Tecplot as the exclusive provider of the required tools for mission-critical analysis and compliance with sponsorship requirements.
    Lifecycle
    Title
    Type
    NSWCCD Tecplot Software
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AN/SQQ-89 Surface Ship Undersea Warfare Combat Systems (USWCS) Software Builds
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Lockheed Martin Rotary and Mission Systems (LM RMS) for the software development of the AN/SQQ-89 Surface Ship Undersea Warfare Combat Systems (USWCS). This contract will cover a five-year period from FY25 to FY29, including one base year and four option years, focusing on the development, qualification, certification, and integration of various software baselines, specifically Advanced Capability Builds (ACB)-19, ACB-23, ACB-25, ACB-27, and ACB-29. The AN/SQQ-89 systems are critical for undersea warfare operations, and this procurement is essential for maintaining and enhancing the capabilities of the fielded systems. Interested parties should note that responses to this presolicitation notice must be submitted by 23:59 EST on October 29, 2024, via email to the primary contacts, Benjamin Vesey and Benjamin Smallenbroek, at the provided email addresses.
    OrCAD Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of OrCAD Software Maintenance, specifically for the OrCAD PCB Designer software manufactured by Cadence Design Systems, Inc. This solicitation, identified as N0017825Q6619, requires vendors to provide maintenance and upgrade services for the software currently in use, emphasizing the necessity of continuity in production without incurring excessive costs or delays associated with alternative software solutions. Interested parties must be authorized resellers and are required to submit their quotes by October 29, 2024, with an anticipated award date in December 2024. For further inquiries, vendors can contact Carla McKown at carla.j.mckown.civ@us.navy.mil or by phone at 540-500-9891.
    WIPL-D Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division (NAWCAD), is seeking quotes for the maintenance renewal of WIPL-D Pro software licenses, essential for modeling and simulation of antennas and RF systems on naval platforms. The procurement includes various software licenses, including WIPL-D Pro DDS Solvers and a Linux Cluster license, with a focus on maintaining accurate computational electromagnetics modeling capabilities to meet operational demands. The contract period is set for one year, commencing on August 31, 2024, with quotes due by October 28, 2024, at 7:00 am Eastern Standard Time. Interested vendors must submit their proposals to the designated contacts, Michael Coffey and Roberta Nethercutt, via email, ensuring compliance with all specified requirements and certifications.
    Sources sought - Shock Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking potential vendors to provide shock engineering services for the Columbia Class and Virginia Class shock qualification programs. The procurement aims to identify qualified organizations capable of performing various engineering tasks, including low and high complexity reviews of equipment to ensure compliance with established shock requirements. This initiative is critical for enhancing the reliability and safety of underwater systems, emphasizing the government's commitment to rigorous testing and evaluation processes. Interested parties must submit their Capability Statements, including company details and a rough cost estimate, via email to Steven Besanko by 10:00 p.m. Eastern Daylight Time on October 30, 2024, as this notice is for informational purposes only and does not constitute a solicitation.
    FY24 Larc Tecplot 360 Commercial Site License renewal
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a renewal for the FY24 Larc Tecplot 360 Commercial Site License. This license is typically used for IT and Telecom - Business Application/Application Development Software as a Service. The service will be performed in Hampton, VA (zip code: 23681), USA. For more information, please contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Maritime Lethality Toolset
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Maritime Lethality Toolset. This toolset, developed by NSWCCD, includes Target Damage Cards (TDC), Integrated Naval Simulations for Testing and Evaluation (INSiTE), and Submarine Vulnerability and Lethality Undersea Evaluator (SUBVALUE). These software tools will be used to predict the likelihood of damage from air or underwater-delivered weapon systems against naval targets.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies, essential components for the TR-333 Hydrophone Program supporting the TRIDENT Submarine Fleet. The contract encompasses the manufacture of hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, with specific requirements outlined in the Request for Proposal (RFP) including compliance with federal acquisition regulations and detailed inspection procedures. Proposals are due by October 29, 2024, at 2:00 PM EST, and interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, ensuring adherence to submission guidelines and acknowledgment of amendments.
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is soliciting proposals for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and contractors must meet specific security and compliance requirements to access necessary technical data. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details and must submit proposals through the PIEE Solicitation Module by the specified deadline.
    Navy Electronic Chart Display and Information System (ECDIS) Hardware and Software Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the Navy Electronic Chart Display and Information System (ECDIS) Hardware and Software Production. This sources sought notice aims to identify potential sources capable of providing software sustainment, hardware production, system integration, and engineering support for the ECDIS program from FY 2026 through FY 2031. The ECDIS is a critical navigation system used on Navy ships and submarines, integrating various sensor inputs to ensure safe navigation. Interested parties must submit their responses, demonstrating their capabilities and experience, to the designated contacts by the deadline of 30 days from the notice's publication. For inquiries, contact Janel Duval at janel.m.duval.civ@us.navy.mil or Tiffany Wulfsohn at tiffany.k.wulfsohn.civ@us.navy.mil.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.