LogiQuest DVD version software subscriptions renewal
ID: 832571578Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL84SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to renew subscriptions for LogiQuest DVD version software as part of a federal contract opportunity. This procurement involves the acquisition of LogiQuest Online User Licenses and custom DVD products intended for distribution to ships and shore installations, ensuring continued operational support and software functionality. The solicitation emphasizes compliance with Federal Acquisition Regulation (FAR) clauses and encourages participation from small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested vendors should contact Betty Burris at betty.a.burris4.civ@mail.mil or call 618-418-6291 for further details, with offers due by 2:00 PM on February 26, 2025, and the contract performance period running from March 12, 2025, to March 11, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Class Justification and Approval (J&A) for an exception to fair opportunity under federal acquisition regulations, specifically concerning brand name software support to the Defense Information Systems Agency (DISA). The J&A aims to approve a modification that increases the ceiling amount necessary for ongoing support of proprietary software already integrated into existing infrastructures. It underscores the essentiality of the specified brand name to meet governmental needs, owing to previous market research indicating that alternative products are inadequate or inapplicable. The action will renew software support that includes updates, upgrades, and necessary patches to maintain operational functionalities until December 31, 2025. The approval utilizes multiple statutory and regulatory authorities, emphasizing that competition will be pursued where possible, particularly among authorized resellers. The acquisition process rests on ensuring fair and reasonable pricing through thorough market research and supplier quotations. The overarching goal is to maintain interoperability and necessitated continuity of operations for current software systems while exploring open competition should conditions evolve. Overall, this J&A affirms the commitment to effective procurement practices while acknowledging the proprietary nature of the software involved.
    The document outlines a federal solicitation (HC102825R0019) for the purchase of Terabase Software and associated products by the Military Sealift Command. The offers are due by 02:00 PM on February 26, 2025, and the contract performance period is set from March 12, 2025, to March 11, 2026. The supply items listed include LogiQuest Online User Licenses and custom DVD products to be distributed to ships and shore installations. The solicitation emphasizes adherence to numerous Federal Acquisition Regulation (FAR) clauses and stipulates requirements for small business classifications, including service-disabled veteran-owned and women-owned businesses. Offerors must provide adequate documentation to confirm product compliance and eligibility, with price evaluations based on best value criteria. Certain prohibitions are noted regarding telecommunications and surveillance equipment sourced from specific foreign entities, reinforcing security measures in procurement processes. This solicitation reflects the U.S. government's ongoing efforts to integrate high-quality software solutions while adhering to regulatory standards and promoting small business participation within federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TEAMSPEAK SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is soliciting proposals for the procurement of a Virtual Server license specifically designed for 19 user slots, with a license duration of one year on a perpetual basis. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, emphasizing the government's commitment to promoting inclusivity in its procurement processes. The selected vendor must be an authorized reseller and ensure compliance with federal procurement regulations, as the license is critical for supporting government operations. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868 for further information.
    LS DYNA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking qualified vendors to lease the ANSYS INC LTSC LS-Dyna Large System Core, with a requirement for 125 units for the license period from May 1, 2025, to April 30, 2026. This procurement is aimed at acquiring advanced computational resources necessary for government and research purposes, emphasizing the importance of utilizing cutting-edge technologies in defense operations. Interested vendors must be authorized resellers and are required to comply with various federal regulations, including inspection and acceptance criteria, invoicing through the Wide Area Workflow (WAWF) system, and adherence to ethical standards. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at 540-613-3296 for further information.
    cyberFEDS subscriptions
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure cyberFEDS subscriptions through a combined synopsis/solicitation. This procurement aims to secure electronic access to cyberFEDS on the Web and workers' compensation resources, with the intention to contract with LRP Publications, Inc. for one base year and four option years. The services provided are crucial for maintaining compliance and access to specialized information in the realm of federal regulations and workers' compensation. Interested parties must submit a capabilities statement by February 26, 2025, detailing pricing and technical capabilities, with the contract period running from April 11, 2025, to April 10, 2030. For further inquiries, potential vendors can contact Lametria Smith at lametria.r.smith.civ@us.navy.mil or Barbaraann K Witz at barbaraann.k.witz.civ@us.navy.mil.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, MAINTAIN A 1.544MB COMMERCIAL BUSINESS LINE WITH 4 PRIS AT BLDG. 1705, ROOM 144A, 1732D DAHLGREN RD, DAHLGREN, VA, 22448-5100, US. RETAIN ALL EXISTING DID'S.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1.544MB commercial business line with four Primary Rate Interfaces (PRIs) at Building 1705, Room 144A, located at 1732D Dahlgren Rd, Dahlgren, VA. The procurement aims to ensure reliable telecommunications services while retaining existing Direct Inward Dialing (DID) numbers, which are crucial for operational continuity. This opportunity is significant for contractors specializing in wired telecommunications, as it emphasizes compliance with federal acquisition regulations and the need for detailed proposals that meet specific technical requirements. Quotes are due by February 9, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.
    Brand Name Justification & Bluebeam Software Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of 30 licenses of Bluebeam Revu Version 21-0-30 software, under solicitation number FA469025Q00100001. This opportunity is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and emphasizes compliance with Federal Acquisition Regulations (FAR) and Defense FAR Supplement (DFARS). The total award amount for this procurement is $34,000,000, with a delivery timeline of 30 calendar days post-award. Interested parties should direct inquiries to Vaishali Upadhyay at vaishali.upadhyay.1@us.af.mil or Hunter Teems at hunter.teems.1@us.af.mil, and must submit their proposals by the specified deadline to be considered for this opportunity.
    KenCast GBS FAZZT Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A NEW 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN BLDG HP-01, NAVAL HOSPITAL BREMERTON, BOONE ROAD, BREMERTON, WA 98312-1898 AND BLDG 943, BASEMENT, W STREET, BREMERTON, WA 98314
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a new 1GB Ethernet commercial lease between two specific locations in Bremerton, Washington. Contractors are required to meet detailed technical specifications, including the submission of comprehensive quotes that address service delivery by May 2, 2025, and must ensure physical diversity from existing pathways, along with providing detailed PowerPoint drawings of the proposed routes. This procurement is critical for enhancing communication services within the government framework, adhering to stringent federal regulations and security measures. Interested contractors must submit their proposals by March 6, 2025, and can reach out to Robyn Tebbe or Kevin Knowles for further clarifications regarding the solicitation.
    70--Endgame software subscription renewals
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR NORFOLK for Endgame software subscription renewals. The software is intended for use by Naval Information Forces (NAVIFOR). The contract will be a Firm Fixed Price contract for a five-year period, starting from August 12, 2019, to August 11, 2024. The acquisition is classified under the NAICS code 314614 with a size standard of 1,250 employees. The RFP package will be available for download on or about July 22, 2019, from the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.
    Enterprise Level LabVIEW Software License
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W4MK CCDC Armaments Center, is seeking sources for an Enterprise Level LabVIEW Software License. This procurement aims to acquire a perpetual software license for LabVIEW, which is essential for various defense-related applications, including system design and data acquisition. The software is critical for enhancing operational capabilities and ensuring effective data management within military projects. Interested vendors should reach out to Kristen Ryback at kristen.m.ryback.civ@army.mil for further details regarding this sources sought notice.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 BACKBONE TRUNK BETWEEN THE DISA IE1 SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 891, RM 145, 7879 WARDLEIGH RD, HILL AFB, UT.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two military sites located at NAS Whidbey Island, WA, and Hill Air Force Base, UT. The project requires the establishment of a diverse fiber optic network with strict specifications, including a minimum separation of 50 meters from existing government service delivery points, and the use of single-mode fiber capable of supporting 10 Gbps transmission rates. This telecommunications infrastructure is critical for ensuring reliable and secure communications for government operations, with a service availability requirement of at least 99.5% and compliance with rigorous testing protocols. Interested vendors must submit their comprehensive price quotes by March 7, 2025, and ensure they meet the eligibility criteria, including a DITCO Basic Agreement, with the project completion deadline set for June 5, 2025. For further inquiries, potential bidders can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.