ASTi SWM
ID: N0017825RC609Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a Software and Information Assurance (IA) Maintenance Contract for a duration of 12 months. This contract will cover maintenance services for 605 Remote Managed Terminals (RMTs) and 327 Voisus Clients, specifically requiring software that is compatible with existing systems to ensure operational continuity and security. The procurement emphasizes the importance of maintaining reliable and secure IT infrastructure within federal operations, reflecting ongoing needs for information assurance in government programs. Proposals are due by April 7, 2025, with an anticipated award date of May 7, 2025. Interested parties should contact Ashlee Wesley at ashlee.wesley@navy.mil or call 540-742-8849 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 12:04 PM UTC
The document outlines a request for proposal (RFP) for a Software and Information Assurance (IA) Maintenance Contract, set for a duration of 12 months, covering a range of services for 605 Remote Managed Terminals (RMTs) and 327 Voisus Clients. The contract is designated by Part Number VS-SW-IA-M-NS and is scheduled to commence on March 1, 2025, concluding on February 28, 2026. The solicitation reflects the government's ongoing needs for maintaining information assurance software, indicating the importance of secure and efficient management of IT infrastructure, which is essential for federal operations. The inclusion of specific quantities suggests targeted maintenance requirements, aligning with federal standards for IT governance and cybersecurity. Overall, this RFP signifies a focus on enhancing software reliability and security within government programs.
Mar 31, 2025, 12:04 PM UTC
Mar 31, 2025, 12:04 PM UTC
The document is a government solicitation (N0017825RC609) for a Software and Information Assurance (IA) Maintenance Contract lasting 12 months, covering 605 RMTs and 327 Voisus Clients. The contract, administered by the Naval Surface Warfare Center in Dahlgren, VA, is open to offers from small businesses, specifically those eligible under various federal programs, including service-disabled veteran-owned and women-owned small businesses. The solicitation incorporates several federal regulations and clauses, dictating terms related to pricing, delivery requirements, inspection, acceptance, and invoicing procedures. Essential delivery details and a specified payment process through the Wide Area Workflow (WAWF) system are also outlined. Contractors must ensure they comply with safeguarding requirements for sensitive information, confirming the protection of contractor-controlled systems. The document emphasizes the importance of timely delivery, clear invoicing procedures, and adherence to numerous federal guidelines, aiming to maintain high standards in procurement processes. Overall, this solicitation provides crucial information for potential contractors competing for federal contracts, ensuring compliance and efficient service provision.
Lifecycle
Title
Type
ASTi SWM
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
RTI SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking quotations for software licenses and maintenance services related to Real Time Innovations (RTI) Connext DDS Professional. The procurement includes developer subscriptions for various operating systems, annual maintenance for specific architectures, and technical support subscriptions, all of which are critical for the government's operational needs in software development. This opportunity emphasizes compliance with federal acquisition regulations and requires submissions from authorized resellers, with a firm fixed price contract anticipated. Interested parties must submit their quotes by May 1, 2025, and can direct inquiries to Elizabeth Domotor at elizabeth.a.domotor.civ@us.navy.mil or by phone at 540-621-1360.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
Aruba Federal maintenance and support
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center – Aircraft Division (NAWCAD), is seeking proposals for maintenance and support services for Aruba networking equipment, including Aruba Access Points, 7210 Controllers, ClearPass 5K, Mobility Controllers, and AirWave devices. The procurement aims to secure a firm-fixed-price contract for a one-year period, focusing on enhancing the IT infrastructure and ensuring operational efficiency through effective maintenance strategies. This limited competition opportunity is exclusively available to OEM Aruba Federal Partners and their authorized distributors, with proposals due by May 8, 2025. Interested parties should direct inquiries to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, and ensure their SAM.gov registration is active at the time of submission.
Annual Software Maintenance
Buyer not available
The Department of Defense, specifically the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking proposals for annual software maintenance services. The selected vendor will be responsible for maintaining several software licenses, including three SAP2000 Advanced network licenses, one SAFE Standard network license, and two ETABS Nonlinear network licenses, along with providing a cloud sign-in license and 12 months of maintenance for additional licenses. This procurement is crucial for ensuring uninterrupted access to essential engineering software that supports NAVFAC's operational requirements. Interested parties should contact Alicia N. Mitchell at alicia.n.mitchell2.civ@us.navy.mil or call 757-322-8314 for further details, with the period of performance set from May 12, 2025, to May 11, 2026.
70--TERMINAL,DATA PROCE - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of terminal data processing equipment and other replacement parts. The procurement aims to ensure the operational readiness of critical military equipment by adhering to strict quality and inspection standards as outlined in the contract. These services are vital for maintaining the functionality of military systems, thereby supporting national defense efforts. Interested vendors must submit their proposals by May 8, 2025, and can direct inquiries to Julie Smith at 717-605-5805 or via email at JULIE.SMITH2@NAVY.MIL.
GNAT SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division, is seeking proposals for the procurement of GNAT SWM software from AdaCore Technologies Inc. This combined synopsis/solicitation, identified as N0017825Q6756, requires vendors to provide GNAT Pro Enterprise Software Support licenses, with a license period from June 1, 2025, to May 31, 2026. The procurement is critical for ensuring compliance and operational efficiency within government activities, and it is important to note that this opportunity is not set aside for small businesses. Interested parties must submit their quotations by April 30, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, vendors can contact Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.
Sole Source Requirement with vCloud Tech for the FY25 GlobalScape Maintenance Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking a sole source procurement for the maintenance renewal of GlobalScape Software for fiscal year 2025. This acquisition is critical for supporting both classified and unclassified telemetry systems within the Atlantic Test Range's Data Lab, ensuring compliance with cybersecurity regulations and facilitating large file transfers for the NAVAIR Flight Test Community. The contract, which includes the renewal of various EFT modules and DMZ gateways, is set to run from July 1, 2025, to June 30, 2026, with a firm-fixed price structure. Interested vendors must submit their quotes, including completed provisions and relevant documentation, to Shannon Canada at shannon.m.canada.civ@us.navy.mil, as the government will not pay for any information received.
Configuration Management Professional (CMPro) User Licenses
Buyer not available
The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking information from qualified vendors for the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This procurement involves a web-hosted Software as a Service (SaaS) implementation of CMPro licenses, which are essential for asset management in compliance with regulatory and quality requirements within the Department of Defense. The contract is expected to last for 12 months, with options for renewal over four additional years, and responses to the Request for Information (RFI) are due by May 2, 2025. Interested vendors should contact Porchia Locke at porchia.y.locke.civ@us.navy.mil for further details and guidance on submitting their capability statements.
SERVER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SERVER under a federal contract. The procurement requires qualified contractors to provide firm-fixed prices for the repair of specified items, adhering to military standards and inspection requirements, with a total quantity increase from 3 to 6 units. This contract is critical for maintaining operational readiness and ensuring the functionality of electronic components used in defense systems. Interested contractors must submit their quotes electronically to Derek J. Ford at derek.j.ford5.civ@us.navy.mil by the extended deadline of May 9, 2025, and must comply with all outlined requirements, including repair turnaround times and pricing structures.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
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.