Sole Source for Studio 5000 License & Controllers
ID: PD-53-0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking a sole source procurement for a Studio 5000 License and Controllers. This procurement aims to acquire essential software and hardware components necessary for automation and control systems used in various defense applications. The Studio 5000 platform is critical for programming and managing industrial automation systems, ensuring operational efficiency and reliability. Interested vendors can reach out to Karen Morris at karen.l.morris49.civ@us.navy.mil or call 445-227-0069 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Engineering Control System Hardware
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the procurement of Engineering Control System Hardware. This opportunity involves the manufacturing of relay and industrial control systems, which are critical for high-performance computing applications within the defense sector. The goods and services procured will play a vital role in enhancing operational capabilities and ensuring the reliability of defense systems. Interested vendors should direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, with the procurement process following the Combined Synopsis/Solicitation notice format.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.
    ECMP 1135 REXEL MATERIALS FOR BLDG 728 OVENS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking procurement of Rockwell Automation/Allen Bradley industrial control system (ICS) equipment for upgrading curing ovens at Building 728. This procurement includes a variety of automation components such as programmable logic controllers, I/O modules, Ethernet adapters, human-machine interface hardware, and managed switches, all aimed at enhancing operational capabilities within the DoD Explosive Ordnance Disposal Technology Program. The successful vendor will be expected to comply with specific quality standards, provide warranty details, and adhere to a structured delivery process, including a 30-day advance notice for any delays, with inspections conducted upon receipt of the equipment. Interested parties can reach out to Erica Sites at erica.l.sites.civ@us.navy.mil or Sharon Cooper at sharon.cooper@navy.mil for further information.
    Reinforcement of Hobart 2400
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting quotations for a retrofit kit identified by part number MCPSPA270, with a requirement for five units. This procurement aims to enhance the operational capabilities of existing systems, ensuring compliance with Department of Defense standards and specifications. The RFQ outlines essential guidelines for item identification, domestic origin certification, and delivery terms, emphasizing the importance of transparency and accountability in the procurement process. Interested vendors can reach out to Karen Morris at karen.l.morris49.civ@us.navy.mil or call 445-227-0069 for further details regarding submission requirements and deadlines.
    70--MANAGEMENT UNIT,ELE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.
    Damage Control Local Operator Panels
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the procurement of Damage Control Local Operator Panels. These panels are critical components used in maritime operations, designed to enhance the control and monitoring capabilities of naval vessels. The procurement falls under the NAICS code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and is classified under the PSC code 2090 for Miscellaneous Ship and Marine Equipment. Interested vendors should contact Brooke Steele at brooke.steele@navy.mil for further details regarding the solicitation process.
    Next Generation SSGTG XT FADC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified firms for the development of the Next Generation Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC) for DDG-51 Class Ships. This initiative aims to replace the outdated existing SSGTG FADC, which lacks essential cybersecurity features and contains obsolete components, thereby enhancing the control and output of electrical power while improving availability, reliability, maintainability, and supportability. The procurement involves acquiring 123 units of the XT FADC, which is critical for modernizing naval vessels and ensuring operational efficiency. Interested firms must respond to the Sources Sought Notice by March 7, 2025, and can direct inquiries to Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil or Michael Karamisakis at michael.karamisakis.civ@us.navy.mil, with a performance period expected to commence in Q2 FY 2026 under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract.
    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.
    VMWare Horizon licenses
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Philadelphia, is seeking proposals for the procurement of VMware Horizon 8 Enterprise Term Edition software licenses. The contract requires the purchase of a total of 20 licenses, with compliance to federal regulations, including accessibility standards under Section 508, and stipulates that contractors must be authorized dealers of Omnissa. This software is critical for the Navy's IT and telecom operations, ensuring efficient business application management. Interested vendors must submit their offers by February 24, 2025, and can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.