ASTi SWM
ID: N0017825RC609Type: Combined Synopsis/Solicitation
AwardedApr 15, 2025
$271.6K$271,645
AwardeeADVANCED SIMULATION TECHNOLOGY, INC. Herndon VA 20170 USA
Award #:N0017825PC609
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
    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
    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.
    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
    Electronic Armor (EA) Software Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for Electronic Armor (EA) Software Support, specifically for the NIGHTWING INTELLIGENCE SOLUTIONS, LLC software. The procurement aims to secure 730 hours of commercial engineering services over a 12-month period to integrate and enhance the Electronic Armor software within specific operating environments, particularly focusing on security hardening and software compatibility for Linux systems. This opportunity is critical for maintaining the operational integrity and security of defense systems, with proposals due by December 17, 2025, and an anticipated award date of January 16, 2025. Interested contractors must contact Susan Madison at susan.h.madison.civ@us.navy.mil for further details and ensure they are registered in the System for Award Management (SAM).
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    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.
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    CIRCUIT CARD ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of Circuit Card Assemblies. The procurement aims to ensure the operational readiness of critical communication equipment by requiring authorized repair sources to adhere to strict quality and turnaround time standards, with a Repair Turnaround Time (RTAT) of 84 days after receipt of the asset. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL by the extended deadline of December 19, 2025, and must comply with various regulatory and quality assurance requirements outlined in the solicitation.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    VSAT Software and Technical Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure software maintenance and technical support for Linkway and Enhanced Bandwidth Efficient Modem Software and Hardware. This procurement aims to ensure the continued functionality and reliability of critical satellite and RF communications products, which are essential for various defense operations. The place of performance for this contract will be in Carlsbad, California, and interested parties can reach out to Ausha Tate at ausha.mcgee@usmc.mil or Kathryn E. Hurd at kathryn.hurd@usmc.mil for further information. The opportunity is categorized under the PSC code 7G22, focusing on IT and telecom services related to satellite communications.
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of a computer system. The procurement involves the acquisition of six units of the National Stock Number (NSN) 7R-7010-016951281-SX, with reference number 123SCSA9035-1, and delivery is required on a Free on Board (FOB) origin basis. This equipment is critical for maintaining operational capabilities within the Navy's IT and telecom infrastructure, particularly in server hardware and perpetual license software. Interested parties can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.