Standalone Annual License of nTop Design Software
ID: N00173-24-Q-1301194927Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract for the annual licensing of nTop Design Software to nTopology, Inc. This procurement includes a named-user license for both "nTop Software" and "nTop Automate" for a duration of 12 months, along with a three-month onboarding and customer support package for individual users, ensuring effective utilization of the software. The software is critical for enhancing operational efficiencies within the NRL, and the total value of the contract will not exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or by phone at 202-875-9579, referencing Notice of Intent number N00173-24-Q-1301194927.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a schedule of services related to software licensing and support for a specified duration. It includes four main line items: a named-user license for "nTop Software" and "nTop Automate," both for a period of 12 months, and an onboarding package and customer support package for individual users lasting three months. Additionally, general product support continues without charge. The aim of this document likely relates to a request for proposals (RFP) or grant opportunity within the government sector, focusing on the procurement of software solutions and related services essential for operational improvements. It emphasizes the need for effective onboarding and ongoing support to ensure user proficiency and system effectiveness, aligning with governmental efficiency and service delivery goals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    US3D Cluster Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of US3D Cluster software to VirtusAero LLC, based in Minneapolis, MN. The requirement includes a 2-seat floating license for the US3D Cluster software, which is essential for advanced computational modeling and simulations. This procurement falls under the NAICS code 541511 for Custom Computer Programming Services and will utilize Simplified Acquisition Procedures, with a total estimated value not exceeding $250,000. Interested parties may express their interest and capability by contacting Rashard Woodland or Alvin Williams via email, referencing Notice of Intent number N00173-25-Q-1301197261.
    Senvol Machine Learning and Transfer Learning Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole-source fixed-price contract to Senvol LLC for the procurement of machine learning and transfer learning software. This software is critical for enhancing the capabilities of NAWCAD Lakehurst, NJ, and extensive market research has confirmed that Senvol LLC is the only vendor capable of fulfilling the government's specific requirements. The procurement will be conducted under the authority of 10 USC 3204(a)(1) as implemented in FAR 6.302-1, and while no solicitation package will be available, responses from interested parties will be considered within fifteen days of this notice. For further inquiries, Clement Slavick can be contacted at clement.m.slavick.civ@us.navy.mil or by phone at 240-572-2429.
    Sole Source to The Mathworks, Inc. for Mathworks Software products
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Panama City Division (NSWC PCD), intends to award a sole source contract to MathWorks, Inc. for the procurement of MATLAB software products, including specialized toolboxes such as the Computer Vision Toolbox and Deep Learning Toolbox. This acquisition is critical as the software is already in use by project personnel, and transitioning to alternative software would incur significant retraining costs, project delays, and increased risks of errors. The total estimated value of this procurement exceeds $25,000, and the contracting officer has determined that MathWorks is the sole provider of these products in North America, ensuring the best value and lowest overall cost to the government. Interested parties can contact Jamell Kilgore at jamell.kilgore@navy.mil for further details.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    SPIRENT TESTCENTER GOLD SUPPORT RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to renew the SPIRENT TESTCENTER GOLD SUPPORT under a sole source contract. This procurement is essential for maintaining the operational capabilities of the SPIRENT TESTCENTER, which is critical for testing and measuring various defense systems. The government intends to solicit and negotiate with only one source, as authorized under FAR 13.106-1 (b) (1) (i), and any inquiries regarding this notice should be directed to Dorene C. Nollie via email at dorene.c.nollie.civ@us.navy.mil. No phone calls will be accepted for this opportunity.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.