MAK VT Software Maintenance
ID: N0017825Q6723Type: Combined Synopsis/Solicitation
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 the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) identified as N0017825Q6723, targeting the acquisition of various maintenance renewals for software products from a specified contractor. The RFP indicates a solicitation date of March 12, 2025, with offers due by March 21, 2025. The procurement is designated for small businesses, with specific items including VR-Link and SensorFX maintenance renewals, which are to be delivered FOB Destination to the Naval Surface Warfare Center in Dahlgren, Virginia. The document describes the expectations for compliance with the Federal Acquisition Regulation (FAR), including warranty terms, data rights, and electronic invoicing protocols through the Wide Area Workflow (WAWF) system. Accessibility requirements are also detailed in accordance with Section 508 of the Rehabilitation Act, ensuring all provided products and services meet specified standards. The contract emphasizes the importance of contract completeness and accurate invoicing, mandating that offers adhere to federal guidelines and involve authorized representations for successful procurement processes. Overall, the RFP represents a structured federal solicitation aimed at maintaining critical software services while adhering to regulatory compliance and supporting small business participation in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    IBM Rational DOORS Engineering Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, designated under solicitation number N6449825Q5053. The contract aims to acquire 18 units of the IBM Engineering Requirements Management DOORS Family floating software to enhance requirements management capabilities within engineering projects, ensuring compliance with federal regulations and standards. This software is critical for optimizing requirements communication, collaboration, and verification, thereby streamlining project efficiency. Responses are due by 3:00 PM on March 18, 2025, with the delivery period set from April 1, 2025, to March 31, 2026. Interested vendors, particularly small businesses including service-disabled veteran-owned, HUBZone, and women-owned enterprises, should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details.
    GE iFix Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for the procurement of GE iFix Software, a critical component for the FFG-62 Land Based Test Facility control system. This solicitation is for brand name supplies, with no substitutes accepted, emphasizing the necessity of GE iFix for developing a graphical human-machine interface (HMI) that is already in use by the Navy. The estimated cost for the required software licenses and support is approximately $50,000, with proposals due by March 26, 2025, at 3:00 PM. Interested vendors can contact Frank R. Vennell at frank.vennell@navy.mil or by phone at 215-897-1337 for further details.
    Engineering and Obsolescence Support for Common Total Ship Computing Environment
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.
    MEMKOR Solid State Drives
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of fifty (50) MEMKOR Solid State Drives, specifically Part : MKD25PA064CO-W10. This procurement is designated as a sole source requirement to MEMKOR Inc., and the selected contractor will deliver the drives to Newport, RI, with all applicable shipping charges included in the quote. Interested vendors must submit their quotes, including pricing and delivery terms, by 2:00 PM Eastern Time on March 19, 2025, to Franklin Patton at franklin.k.patton2.civ@us.navy.mil, ensuring compliance with all relevant FAR and DFARS clauses.
    EPLAN software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to EPLAN LLC for the provision of ECAD software and related training services. This procurement is necessitated by the exclusive intellectual property rights held by EPLAN, which restrict the ability to source these goods and services from other vendors. The contract will be a firm fixed price agreement, and interested parties are invited to express their capabilities by March 14, 2025, at 9 AM EST, with responses directed to Sharon Cooper at sharon.cooper@navy.mil. Vendors must be registered in the System for Award Management (SAM) to be considered.
    Hardware maintenance for lab instruments
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for hardware maintenance of laboratory instruments, specifically a Nicolet iS50 FTIR Spectrometer and an iS50 Raman Module. The contractor will be responsible for providing comprehensive maintenance services, including annual on-site visits, technical support within two hours, and unlimited emergency service visits, all conducted on-site within 72 hours of notification. This maintenance is crucial for ensuring the continuous operation and reliability of essential laboratory equipment used in government research efforts. Interested vendors must respond by March 21, 2024, at 10 AM EST, and direct their inquiries to Nicole Coleman at nicole.coleman@navy.mil, ensuring they are registered in the System for Award Management (SAM).