AGi32 Software and Option Years
ID: N6426725Q4014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of AGi32 Multi User Annual Software licenses, which are essential for supporting various organizational platforms and equipment. The solicitation includes a firm fixed price contract for two multi-user annual licenses, with options for four additional years, emphasizing that only original equipment manufacturers or authorized resellers may submit offers. This acquisition is critical to meet urgent operational needs, ensuring the government has access to specialized software necessary for its functions. Proposals are due by December 6, 2024, and interested parties should contact Mia Barela at maria.p.barela3.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a federal solicitation for the Naval Surface Warfare Center Corona Division, primarily aimed at extending the submission deadline for proposals. Originally due on November 26, 2024, at 9:00 AM, the new deadline is set for December 6, 2024, at 10:00 AM. All other terms and conditions of the solicitation remain unchanged. The amendment specifies that contractors must acknowledge this change via designated methods to avoid rejection of their offers. The document maintains a formal structure, including sections on the contracting officer's details, dates of issue, and instructions for acknowledgment of the amendment. Overall, this amendment reflects the government’s ongoing commitment to facilitating the procurement process while ensuring compliance among vendors.
    The document outlines a justification for acquiring AGi32 Multi User Annual Software through a limited source procurement process. It details the supply requirements for the federal government, specifying the quantity and brand name, while confirming that these specifications have been verified by technical personnel. The justification cites regulatory authority under the Federal Acquisition Regulation (FAR), highlighting that the software is unique and highly specialized, justifying the decision to solicit from a single source. The procurement is divided into a base year and four option years, each requiring two units of the software. This acquisition aims to meet urgent and compelling needs, ensuring that the government has access to quality resources necessary for its operations. Ultimately, the document emphasizes adherence to procurement regulations while securing essential software for government functions.
    The government document outlines a Request for Proposal (RFP) for the procurement of AGi32 software licenses by the Naval Surface Warfare Center Corona Division. It specifies a firm fixed price contract for two multi-user annual licenses with options for four additional years. The document emphasizes that only original equipment manufacturers or authorized resellers can submit offers, necessitating proof of authorization upon bid submission. Section C provides the procurement details, clarifying that the software will support various organizational platforms and equipment. Additional sections address compliant contracting practices, including packaging, delivery requirements, government tax exemption, and inspection protocols. The delivery timeline is clearly defined, with options to extend contract terms by up to five years. The contract reinforces the importance of following federal regulations and safeguarding sensitive information throughout the contract's administration. This RFP exemplifies a structured approach to carrying out government procurement processes while ensuring transparency, compliance, and accountability in the acquisition of essential software tools for defense operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.
    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.
    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.
    Citrix Brand Name Virtual Apps / Software Subs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    Redgate SQL Toolbelt
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for a firm-fixed-price contract for a Redgate SQL Toolbelt Subscription for fiscal year 2026. The procurement is specifically for brand name software, and interested offerors must provide detailed technical information, including a published price list and compliance with federal regulations, as part of their submission. The Redgate SQL Toolbelt is essential for database management and development, ensuring efficient operations within the Navy's IT framework. Quotes must be submitted via email to Benjamin Flores by 12:00 PM on December 17, 2025, with a requested delivery date of January 6, 2026.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    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).
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.