ARCNET Licenses
ID: M6786125Q0016Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMFR COMPTROLLERNEW ORLEANS, LA, 70114-1500, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Marine Forces Reserve, intends to award a sole source contract to Advanced Simulation Technology, Inc. for the procurement of ARCNET Licenses, which include an advanced audio and communications solution known as Voisus. This technology is designed for simulation and training environments, featuring high-fidelity simulated radios, speech recognition, environmental sound generation, and integration with various communication systems to support distributed operations across military networks. The contract is expected to be awarded by March 31, 2025, and while it is primarily a sole-source procurement, interested parties are invited to submit capability statements by March 24, 2025, to explore potential competition. For inquiries, contact Andrew Dugan at andrew.dugan@usmc.mil or Parren Tatum at parren.tatum.civ@usmc.mil.

    Files
    Title
    Posted
    The Regional Contracting Office of Marine Forces Reserve in New Orleans, LA, plans to award a sole source contract to Advanced Simulation Technology, Inc. for an advanced audio and communications solution tailored for simulation and training purposes. The technology, known as Voisus, incorporates high-fidelity simulated radios, speech recognition, environmental sound generation, and integration with various communication systems, allowing extensive support for distributed operations and enhanced training environments across different military networks. This procurement will follow Simplified Acquisition Procedures under "Other than Full and Open Competition," with an expected award date of March 31, 2025. While primarily a sole-source contract, the government invites interested parties to submit their capability statements by March 24, 2025, to determine potential competition. The discretion regarding competitive actions lies solely with the government, and inquiries can be made to designated contract specialists.
    Lifecycle
    Title
    Type
    ARCNET Licenses
    Currently viewing
    Special Notice
    Similar Opportunities
    R&S Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of a Wideband Extension Sequencing software license, specifically for the Rohde and Schwarz SMW-B9 system. This requirement is classified as a sole-source brand name procurement, necessitating that all bidders be authorized resellers of Rohde & Schwarz USA, Inc., to ensure compliance with federal procurement standards and quality assurance. The procurement is critical for enhancing existing capabilities within the department's technological framework, with proposals due by March 21, 2025, and an anticipated award date in April 2025. Interested vendors should direct inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further details.
    Notice of Intent to Sole Source GmAPD LIDAR Simulation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking to procure GmAPD LIDAR simulation data and metadata on a sole source basis from Lockheed Martin Corporation. This procurement is aimed at supporting characterization and algorithm development, which are critical for advancing geospatial research capabilities. The government intends to award this contract under the authority of FAR 13.106-1(b)(1)(i), and while this notice is not a request for competitive proposals, interested parties may submit capability statements demonstrating their qualifications and relevant past experience. Responses must be sent to Anna Crawford at Anna.Crawford@usace.army.mil by 12:00 PM CST on March 20, 2025, with the solicitation number included in the subject line.
    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.
    NOTICE OF INTENT TO SOLE SOURCE – Development and implementation of hardware and software enhancements to improve the performance and scalability of the Radar and Target Emulator (RATE) system.
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, intends to negotiate a sole-source contract with EWA Government Systems, Inc. for the development and enhancement of hardware and software for the Radar and Target Emulator (RATE) system. The objective of this procurement is to improve the performance and scalability of the RATE system to support advanced electronic warfare testing, which is critical for the operational readiness of military capabilities. The contract, identified by solicitation number W911QX25R0018, requires interested parties to submit capability statements or proposals by March 28, 2025, with all submissions directed to the designated contacts, Alex Gilliam and Swati Jain, for further inquiries. The project will take place at the U.S. Army's Adelphi Laboratory Center in Maryland, and the government reserves the right to not entertain competitive offers based on the responses received.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    Notice of Intent to Award a Sole Source Contract to Collins Aerospace for Production of SubHDR Block VI
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems, intends to award a sole source contract to Collins Aerospace for the production of the SubHDR Block VI. This procurement aims to secure advanced communications equipment, classified under the NAICS code 334290, which is critical for enhancing naval operations and capabilities. The goods and services sought are vital for maintaining and improving the technological edge of the Navy's communication systems. Interested parties can reach out to Contract Specialist Michael W. Ferlo at michael.w.ferlo.civ@us.navy.mil or by phone at 619-857-9996 for further information regarding this opportunity.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    NOTICE OF INTENT TO SOLE SOURCE APG Land Mobile Radio (LMR) system
    Buyer not available
    The Department of Defense, specifically the Army, intends to award a sole source contract to L3 Harris Technologies Inc. for the modernization of the Aberdeen Proving Ground's (APG) legacy land mobile radio (LMR) system. This procurement aims to integrate advanced technologies into the Base Emergency Communications System (BECS), creating a unified and interoperable LMR Subsystem that meets current and future mission-critical communication needs. The modernization is crucial for enhancing public safety communications and ensuring interoperability within the BECS capabilities, with the contract period anticipated from July 15, 2025, to July 14, 2027. Interested parties who believe they can meet the requirements must submit their information to Mark Grimsley and Katia Lacoste by 4:00 PM EST on March 19, 2025, as this notice serves informational purposes only and a solicitation will not be available.
    NOTICE OF INTENT TO SOLE SOURCE Smart Arrest training system
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a Sole Source contract to Curtiss-Wright for the development of a Smart Arrest training system, as outlined in their Special Notice. This procurement is justified under statutory authority 10 USC 2304(c)(1) and FAR 6.302-1, which permits single-source procurement when no other suppliers can meet the agency's requirements. The Smart Arrest training system is crucial for training personnel on the control and hydraulic systems essential for operational readiness, incorporating components such as hydraulic fluid reservoirs and control panels. Interested parties are encouraged to submit their input regarding this sole source decision to the designated Contracting Officer, Ms. Fabiana Benkel, at fabiana.benkel.de@us.af.mil, by the specified deadline.
    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.