Senvol Machine Learning and Transfer Learning Software
ID: N68335-25-Q-0005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    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.
    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.
    V5 eCBM system and supporting software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia, is seeking to procure support for the V5 eCBM system on a Sole Source basis. This procurement will involve soliciting and negotiating with only one source, as authorized under FAR 13.106-1 (b) (1) (i), to fulfill the specific requirements for the system and its supporting software. The V5 eCBM system is critical for high-performance computing applications within the Navy, emphasizing the importance of reliable and efficient electronic components. Interested parties should direct any inquiries to Dorene C. Nollie at dorene.c.nollie.civ@us.navy.mil, as no phone calls will be accepted regarding this notice.
    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.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Mastercam Software Maintenance Renewals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure Mastercam Software Maintenance Renewals on a sole-source basis from CAD/CAM Consulting Services Inc. This procurement includes the renewal of Mastercam Software Licenses, Annual PostCare Maintenance, and Annual Post Processor Maintenance, which are critical for maintaining the functionality and support of existing software in use. Interested firms that believe they can meet these requirements are invited to submit a written response, including a capability statement, to the primary contact, Andrea Farrell, by email within five days of this notice. For further details, potential bidders should ensure their registrations in the System for Award Management (SAM) are active and compliant with all requirements, including certification through Defense Logistics Information Services (DLIS) for accessing Controlled Unclassified Information.
    Standalone Annual License of nTop Design Software
    Active
    Dept Of Defense
    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.
    16--COMPUTER,AIRCRAFT L
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure a sole source item identified as the COMPUTER, AIRCRAFT L, with NSN 7R-1680-016202561-BL, from TRANSAERO INC (CAGE: 27541). This procurement is critical as it involves the acquisition of a specialized component necessary for aircraft operations, and TRANSAERO INC is the Original Equipment Manufacturer (OEM) with exclusive rights to provide this part. The anticipated award date for this contract is December 2024, and interested parties may submit their capabilities and qualifications to Sarah F. Pfeil at Sarah.Pfeil@navy.mil within 45 days of this notice, although the procurement will not be delayed for new source approvals.
    NOTICE OF INTENT TO SOLE SOURCE NMESIS SPARE PARTS BLOCK
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for the provision of spare parts necessary for the sustainment of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This procurement is necessitated by the lack of technical data rights for critical subsystems, which precludes competitive acquisition as per Federal Acquisition Regulation guidelines. The anticipated contract award is expected in the second quarter of fiscal year 2025, with a performance period extending from February 2025 through March 2027. Interested parties may submit capability statements within 15 days of this notice, but the government retains discretion over whether to pursue competition based on the responses received. For further inquiries, interested contractors can contact Robert K. Crowder at robert.crowder@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.