Two Hundred Thirty-One (231) HyperWorks Software Annual Licenses and Thirty-Five (35) Annual Support & Maintenance Units
ID: W911QX24Q0233Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Software Publishers (513210)

PSC

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

    The U.S. Army Research Laboratory at Aberdeen Proving Ground, Maryland, seeks to procure a large batch of software licenses and support subscriptions. Specifically, the laboratory requires Two Hundred Thirty-One (231) annual licenses for Altair HyperWorks software, along with Thirty-Five (35) annual support and maintenance subscriptions.

    The primary purpose of this acquisition is to ensure the efficient tracking and management of items through unique identification and valuation services. The selected contractor will be responsible for assigning unique identifiers to items, employing appropriate serialization methods, and submitting detailed item information. This enables the military to effectively manage its resources. Additionally, the contract includes provisions for implementing wide area workflow (WAWF) payment processes, which involve the electronic submission of payment requests and receiving reports, thus streamlining invoice handling.

    The government has expressed an intent to award the contract to Altair Engineering, Inc., but stresses that it will also consider proposals from other sources. The solicitation process is a combined synopsis and a request for quotations, with an emphasis on commercial items. The procurement attracts various mandatory clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), primarily related to commercial items, security, and telecommunications. These clauses cover areas such as human trafficking, equal opportunity, and prohibiting the use of certain Chinese telecommunications equipment.

    The contract, valued at an estimated cost of $5,000 or more, will be awarded as a firm-fixed-price agreement. It is scheduled to run for one year, with the potential for extensions. Offers must be submitted by 11:59 AM ET on August 2nd, 2024, to be considered.

    Interested parties should direct any inquiries to Adaleta Dougherty, the responsible contract specialist. Ms. Dougherty can be contacted via email at adaleta.dougherty2.civ@army.mil or by phone at 520-672-9586.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to acquire item unique identification and valuation services, ensuring compliance with DoD standards. The focus is on delivering items with unique identifiers, enabling effective tracking and management. The services required involve assigning unique identifiers to items based on specified criteria, with reporting obligations. This includes determining serialization methods, creating concatenated unique item identifiers, and submitting detailed information for items requiring identification. The contractor must have the capability to mark items and verify the machine-readable nature of the unique identifiers. Furthermore, the procurement seeks to implement wide area workflow (WAWF) payment processes, requiring contractors to submit payment requests and receiving reports electronically. The WAWF system streamlines vendor interactions and invoice processing. Additionally, the RFP includes several clauses related to telecommunications and video surveillance services, prohibiting the use of certain equipment and mandating representations about offered products. These provisions focus on national security and data protection, influencing the procurement of related services and equipment. The contract, valued at an estimated cost of $5,000 or more, will be a firm-fixed-price agreement. Offerors are expected to submit proposals by the closing date, with the government considering all proposals prior to award.
    The government seeks to procure 231 annual licenses for Altair HyperWorks software, along with 35 annual support and maintenance subscriptions. The intent is to award the contract to Altair Engineering, Inc., but the government will consider all proposals received. The software licenses and support subscriptions are required for a one-year period, with delivery needed within two days of contract award. This acquisition attracts numerous mandatory FAR and DFARS clauses, primarily focused on commercial items, and additional contract requirements related to security, telecommunications, and prohibited sources. Offers are due by August 2nd, 2024, and the point of delivery/performance is the U.S. Army Research Laboratory in Maryland.
    Similar Opportunities
    2024 Autodesk Yearly Maintenance Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking Autodesk Yearly Maintenance Software Support. This service is typically used for the annual renewal of Autodesk Software Maintenance to support previously purchased software licenses. The procurement will be awarded to DLT Solutions in Herndon, VA. The contract will be a Firm Fixed Price with a performance period of 12 months. Please note that this notice is not a request for quote and does not guarantee the release of future RFQs.
    HGWS RTD HW
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of commercial items under solicitation number N0017823Q6611. The requirement focuses on acquiring specific equipment from RTD Embedded Technologies, Inc., which is essential for vehicle status checks and generator control, emphasizing the need for authorized resellers to participate in the bidding process. This procurement is critical for ensuring the operational integrity of the systems involved, with a firm fixed price contract anticipated to be awarded based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by October 25, 2024, and can direct inquiries to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    MATLAB Software License Maintenance & Support (MS) Renewal for Licenses
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of MATLAB software licenses and maintenance support from Mathworks, Inc. This procurement aims to secure various Mathworks toolboxes that are essential for modeling algorithms and predicting radio behavior, which are critical for defense-related applications. The renewal of these licenses ensures continued access to vital software tools that support advanced technological development within the Navy. Interested parties can reach out to Contract Specialist Alfredo B Ancheta at alfredo.b.ancheta.civ@us.navy.mil or by phone at 843-218-2959 for further details regarding this noncompetitive opportunity.
    WMware Horizon
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for the procurement of 20 units of VMware Horizon 8 Enterprise Term licenses for a one-year period. This solicitation, identified as RFQ N6449825Q5000, emphasizes the requirement for brand-name VMware products and includes compliance with various Federal Acquisition Regulation (FAR) clauses and NAVSEA specifications, particularly concerning software delivery, security threat testing, and accessibility standards under Section 508. The successful contractor will be responsible for ensuring that the software is free from malware and meets all security guidelines, with a delivery deadline set for October 31, 2024, and a proposal submission deadline of October 26, 2024. Interested parties can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil for further information.
    IHADDS Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Detroit Arsenal (ACC-DTA), is soliciting proposals for a sole-source firm-fixed price (FFP) service contract with Elbit America for the repair of the Integrated Helmet and Display Sight System (IHADSS). This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) over a five-year period, ensuring a guaranteed minimum quantity for the initial delivery order. The IHADSS is critical for enhancing the operational capabilities of military personnel, making the timely and quality repair services essential for defense readiness. Proposals are due by November 18, 2024, and interested parties should direct any inquiries to Contract Specialist Richard Hall at Richard.G.Hall64.civ@army.mil or Delaney Tepel at delaney.e.tepel.civ@army.mil.
    Mastercam Software Maintenance Renewals
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking qualified vendors for the procurement of Mastercam software maintenance and technical support, along with annual maintenance for custom post processors. This solicitation, identified as N6893624Q0273, aims to ensure the continued operational capability of software and support services critical to military applications. Interested parties must submit their quotes by 1:00 PM on October 19, 2024, and are advised to register in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, vendors can contact Andrea Farrell at andrea.m.farrell7.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    Calibration of Lab Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the calibration of lab equipment under Solicitation W519TC-24-Q-2336. This procurement aims to establish a Firm-Fixed Price contract for calibration services over a base year and four optional years, specifically targeting small businesses with a budget cap of $19 million. The selected contractor must be ISO/IEC 17025:2017 accredited and provide calibration for various specialized laboratory instruments, ensuring compliance with U.S. Army regulations and standards traceable to the National Institute of Standards and Technology (NIST). Proposals are due by October 18, 2024, at 10:00 AM CST, and interested parties can contact Heather Johns at heather.b.johns.civ@army.mil for further information.
    RS Means Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is seeking vendors capable of supplying the RS Means Online Full Library Software for Facilities Construction costs. This procurement aims to gather market research through a Sources Sought notice to identify qualified organizations, as no solicitation currently exists. The RS Means software is critical for accurately estimating construction costs and managing facilities projects, thereby enhancing operational efficiency. Interested parties must submit their capabilities, including business details and past performance, by October 22, 2024, and should direct inquiries to Bryan D. Crist at bryan.d.crist.civ@army.mil or by phone at 520-693-9839. Contractors must also be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to qualify for government contracts.
    7A21 - THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO MATHWORKS AND IS NOT A REQUEST FOR COMPETITIVE QUOTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of MATLAB and Simulink software licenses. The requirement encompasses the MATLAB product family, which includes tools for math, statistics, optimization, code generation, and database access, as well as the Simulink product for event-based modeling and simulation. This software is critical for nearly the entire Naval Postgraduate School campus, facilitating iterative analysis and design processes essential for various engineering applications. Interested parties must submit capability statements by 3:10 PM Pacific Standard Time on October 24, 2024, via email to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals.
    VX Works Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotes for the acquisition of Wind River VxWorks Software through a combined synopsis/solicitation. This procurement includes essential items such as the VxWorks Cert Platform, multiple OEM licenses, and the ARINC 653 Development License, all of which are critical for maintaining the operational capabilities of Air Force platforms. Vendors must ensure delivery within 7 days after receipt of order and comply with federal contracting standards, with quotations due by October 22, 2024. Interested vendors should contact Janee Nesbit or Anthony Dollard via email for further details and must be registered in the System for Award Management (SAM) to be eligible for contract award.