TMSS and SPM Expert License and Support
ID: N61331-25-B-BW001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a firm fixed price contract for licenses and technical support related to the Training Management System Suite (TMSS) and Simulation Program Management (SPM) Expert software. The procurement aims to secure a standard software license that includes essential updates, up to 100 hours of annual technical support, and necessary documentation, with a total estimated contract value exceeding $25,000. The TMSS software is critical for maritime simulation and ongoing research and engineering efforts, with ATLAS North America identified as the sole provider capable of meeting these specific needs. Interested parties can contact Brandon Winkler at brandon.s.winkler.civ@us.navy.mil for further details, with funding sourced from the FY25 Operations, Maintenance, and Nourishment budget.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum serves as a Sole Source Justification for awarding a firm fixed price contract to ATLAS North America for licenses and technical support related to the TMSS (Training Management System Suite) and SPM (Simulation Program Management) Expert software. The National Sea Warfare Center Panama City Division (NSWC-PCD) identifies a specific need for the standard software license, which includes essential updates, technical support for up to 100 hours annually, and documentation. The total estimated contract value is over $25,000, and funding will come from the FY25 Operations, Maintenance, and Nourishment (OM&N) budget. The justification cites that TMSS is uniquely positioned in the maritime simulation domain and critical for continued research and engineering efforts, as alternative options would lead to significant loss of prior investments. Market research indicates that ATLAS is the sole provider capable of fulfilling these needs, aligning with federal acquisition standards. The Contracting Officer has confirmed that the procurement represents the best value for the government, considering all cost factors. The document reaffirms ATA's uniqueness in supplying the necessary licenses, ensuring that no barriers are acknowledged for future acquisitions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking potential contractors for SMART Program Licenses related to the G/ATOR, SPS-75, and SPS-77 systems. This Sources Sought Notice aims to identify qualified vendors capable of providing several 12-month licenses, with the intent to assess procurement methods that may include small business set-asides or full and open competition. The licenses are critical for the operational capabilities of the Navy's advanced radar systems, ensuring effective performance in various defense applications. Interested parties must submit their company details, capabilities, and rough cost estimates by 3 PM Pacific Time on March 4, 2025, to the designated contacts, Jorge Ortiz and Brian Carpenter, with no guarantee of funding or contractual obligations at this stage.
    RTI SWM
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for software and support services related to RTI Connext DDS Professional subscriptions. The procurement includes a developer subscription license and a basic support subscription, both intended for a one-year term from April 7, 2025, to April 6, 2026, emphasizing compliance with federal procurement regulations and commercial supplier agreements. This opportunity highlights the government's commitment to acquiring commercial software solutions while promoting small business participation, including set-asides for service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Interested vendors should submit their proposals electronically and can contact Marica Rennie at marcia.m.rennie.civ@us.navy.mil or by phone at 540-742-5921 for further information.
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.
    Technical systems engineering, analysis and program support services for the TRIDENT II Submarine Ballistic Missile (SLBM) Program.
    Buyer not available
    The Department of Defense, specifically the Strategic Systems Programs (SSP) under the Department of the Navy, is issuing a Sources Sought Notice for Technical Systems Engineering, Analysis, and Program Support Services for the TRIDENT II Submarine Ballistic Missile (SLBM) Program. The objective is to identify firms capable of providing essential engineering support services, with a proposed base contract beginning in fiscal year 2026 and extending through fiscal year 2028. This procurement is critical for maintaining the effectiveness of the U.S. strategic deterrent forces, emphasizing the importance of collaboration with small and disadvantaged businesses. Interested parties must submit their capability statements by March 12, 2025, and ensure compliance with national security clearance requirements. For further inquiries, contact Anzhelika Grabovetskaya at anzhelika.grabovetskaya@ssp.navy.mil or call 703-258-9478.
    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.
    U--DMSS-N training for NAVIFOR
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    LDRA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking qualified vendors to provide a range of software tools for software analysis and verification, specifically targeting C/C++ applications on Linux. The procurement involves seven distinct software products to be delivered in lots from May 1, 2025, to April 30, 2026, under a fixed-price contract format, with a strong emphasis on small business participation, particularly from service-disabled veteran-owned businesses. This initiative underscores the government's commitment to enhancing software capabilities while adhering to federal acquisition regulations, including cybersecurity measures and compliance with warranty and data rights clauses. Interested parties can reach out to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886 for further details.
    Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAWC Training Systems Division, is seeking proposals for the sustainment of Surface Training Systems for the Royal Saudi Naval Forces (RSNF). This procurement aims to ensure the ongoing maintenance and enhancement of training systems that are critical for the operational readiness and effectiveness of the RSNF. The services required fall under the Engineering Services category, with a focus on the maintenance, repair, and rebuilding of training aids and devices. Interested vendors can reach out to Elle Henning at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172, or Sidney Galloway at sidney.g.galloway.civ@us.navy.mil or 407-380-8331 for further details regarding the solicitation process.
    Perpetual Non-Profit License for MedeA Software
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking to procure a perpetual non-profit license for MedeA software, which falls under the category of custom computer programming services. This software is crucial for various research and development activities within the Navy, facilitating advanced simulations and modeling necessary for defense applications. Interested vendors should reach out to Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579 for further details regarding the procurement process.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.