Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
ID: N0024424Q0028Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA
Timeline
    Description

    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.

    Point(s) of Contact
    No information provided.
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Parsons AceERS Software Product License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the renewal of the Parsons ACE Embedded Resource Scheduler (AceERS) software product license. The procurement involves the maintenance fee for six seat licenses and four additional seat licenses for the AceERS software, with a performance period from July 29, 2024, to July 28, 2025. This software is critical for managing embedded resources efficiently, and the contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000. Interested parties may express their capability to meet this requirement by contacting Yina Brooks or Alvin Williams via the provided email addresses, referencing Notice of Intent number “N0017324Q5825.”
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    Intent to Sole Source to Terabase Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to Terabase Corporation for the procurement of the LogiQuest Simultaneous User License with AEL/APL Data Add-on (PN LQGS-03). This procurement is essential for enhancing logistical capabilities on naval vessels, allowing personnel to independently manage part and configuration issues without external support, thereby streamlining military operations. The justification for this sole source procurement emphasizes the need for compatibility with existing systems and the avoidance of delays and duplication of costs, as the LogiQuest system offers unique functionalities not available in current government systems. Interested parties capable of meeting the requirements must submit their capability statements by September 23, 2024, at 11:00 AM PST to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    GeoNetwork Enterprise Support Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking to award a sole source contract to GeoCat B.V. for Enterprise Product Support of its National Agricultural Library (NAL) GeoData applications utilizing the GeoNetwork platform. The primary objective of this procurement is to enhance maintenance, operational efficiency, and cybersecurity compliance for the GeoNetwork applications, which are critical for the USDA's research and information-sharing missions. The total estimated cost for the support over a three-year period is $189,000, and interested parties must submit their responses to the primary contact, Katelyn Nelson, at katelyn.nelson@usda.gov within five calendar days of this notice. The contract will include a base year and two one-year options, with strict adherence to federal accessibility standards and cybersecurity requirements.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    Microsoft License Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the renewal of Microsoft software licenses under solicitation number N0042124Q0517. This procurement is aimed at acquiring essential Microsoft software products on a firm fixed-price basis, specifically from authorized Microsoft DoD ESI BPA vendors, to ensure operational efficiency within the department. The solicitation emphasizes the importance of compliance with federal acquisition regulations and requires detailed technical information along with the best price quote by the deadline of September 19, 2024. Interested vendors must submit their proposals via email to Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.