cyberFEDS subscriptions
ID: N0016725Q0072Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure cyberFEDS subscriptions through a combined synopsis/solicitation. This procurement aims to secure electronic access to cyberFEDS on the Web and workers' compensation resources, with the intention to contract with LRP Publications, Inc. for one base year and four option years. The services provided are crucial for maintaining compliance and access to specialized information in the realm of federal regulations and workers' compensation. Interested parties must submit a capabilities statement by February 26, 2025, detailing pricing and technical capabilities, with the contract period running from April 11, 2025, to April 10, 2030. For further inquiries, potential vendors can contact Lametria Smith at lametria.r.smith.civ@us.navy.mil or Barbaraann K Witz at barbaraann.k.witz.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) issued a combined synopsis/solicitation for cyberFEDS subscriptions, intending to contract with sole source LRP Publications, Inc. for one base year and four option years. The solicitation, guided by FAR, is primarily for electronic access to cyberFEDS on the Web and workers' Compensation resources. Interested parties must submit a capabilities statement by February 26, 2025, although this is not a competitive quote request. Responses should detail pricing, point of contact information, and technical capabilities. The contract spans from April 11, 2025, to April 10, 2030, with various option years listed for additional subscriptions. Inspection and acceptance will occur at the destination (NSWCCD), with delivery required by specified dates. The document includes numerous contractual clauses and compliance requirements, detailing the evaluation criteria for proposals, including price and technical capability. This notice reflects the government’s approach to acquiring specialized services while ensuring adherence to federal regulations and fostering opportunities for interested suppliers.
    Lifecycle
    Title
    Type
    cyberFEDS subscriptions
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    RAPID_MAC_FORECAST_JULY_2024
    Buyer not available
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Information Technology Engineering and Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Information Technology Engineering and Support Services to enhance the Technical Support Management (TSM) application and Electronic Trial Card (ETC) application. The contractor will be responsible for system operation and maintenance, user training, cybersecurity compliance, and the development of necessary documentation and software updates, with a focus on supporting naval shipbuilding oversight functions. This procurement is critical for ensuring operational efficiency and data management within the Department of Defense's maritime objectives. Interested parties should contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further details, with the performance period set from March 8, 2025, to August 31, 2025.
    Benefits Enrollment and Premium Administration Services for BENEFEDS Program
    Buyer not available
    The Office of Personnel Management (OPM) is seeking industry insights for the Benefits Enrollment and Premium Administration Services for the BENEFEDS Program. This procurement aims to identify a contractor capable of managing enrollment and premium administration for various federal benefit programs, including the Federal Employees Dental and Vision Insurance Program (FEDVIP), the Federal Flexible Spending Account Program (FSAFEDS), and the Federal Long Term Care Insurance Program (FLTCIP). The selected contractor will be responsible for ensuring compliance with federal regulations, providing superior customer service, and maintaining a secure and user-friendly online enrollment system for over two million beneficiaries. Interested parties must submit their qualifications and relevant experiences by March 4, 2025, with inquiries directed to Erica Randall at erica.randall@opm.gov or Carrie Fairbanks at carrie.fairbanks@opm.gov.
    Communication/Octopus Cable Assemblies and Associated Connectors
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of communication and octopus cable assemblies along with associated connectors under Request for Quotation (RFQ) N0016725Q0063. This procurement aims to secure a firm fixed price (FFP) purchase order for specific brand name products, although vendors may propose equivalent items, which may not be considered for competition. The goods are critical for maintaining reliable communication systems within naval operations, ensuring effective functionality in defense activities. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil by February 24, 2025, as the evaluation will follow the lowest price technically acceptable (LPTA) method.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.
    Next Generation SSGTG XT FADC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified firms for the development of the Next Generation Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC) for DDG-51 Class Ships. This initiative aims to replace the outdated existing SSGTG FADC, which lacks essential cybersecurity features and contains obsolete components, thereby enhancing the control and output of electrical power while improving availability, reliability, maintainability, and supportability. The procurement involves acquiring 123 units of the XT FADC, which is critical for modernizing naval vessels and ensuring operational efficiency. Interested firms must respond to the Sources Sought Notice by March 7, 2025, and can direct inquiries to Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil or Michael Karamisakis at michael.karamisakis.civ@us.navy.mil, with a performance period expected to commence in Q2 FY 2026 under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract.
    Offensive Security Services
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps Tactical Systems Support Activity (MCTSSA), is seeking qualified vendors to provide 10 Offensive Security (OffSec) Learn Unlimited Subscriptions for users at Camp Pendleton, California. The procurement aims to facilitate continuous training and proficiency in cybersecurity over a base year and three additional one-year options. These subscriptions are critical for enhancing the cybersecurity skills of personnel, ensuring they remain adept in a rapidly evolving threat landscape. Interested parties must submit their capability statements by February 25, 2025, and be registered in the System for Award Management (SAM) to be eligible for contract awards, with the expected award date set for March 8, 2025. For further inquiries, vendors can contact Marlanea Kirkbride at marlanea.kirkbride@usmc.mil or Cameron Rentie at cameron.rentie@usmc.mil.
    7C20 - Data Center Products
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
    Tenable Security Center
    Buyer not available
    The Department of Energy, specifically the Fermilab - DOE Contractor, is seeking proposals for the procurement of a Tenable Security Center, including a scanner and a standard Tenable.sc console, as part of an annual maintenance contract. This procurement is critical for enhancing the security infrastructure at Fermilab, ensuring compliance with federal regulations and maintaining the integrity of sensitive data. The Request for Quote (RFQ-366443-CES) opens on February 13, 2025, with quotes due by February 28, 2025, at 4:00 p.m. Central Time. Interested bidders must submit their qualifications in writing, and any inquiries should be directed to Cathleen Stadler at cstadler@fnal.gov or by phone at 630-840-2763.
    NAWCAD Long Range Acquisition Forecast (LRAF) – FY25
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), has announced the FY25 Long Range Acquisition Forecast (LRAF) for its procurement requirements. This forecast outlines various opportunities for engineering services, particularly in technology and support for military operations, including systems engineering and command & control sectors, over the fiscal years 2024 to 2029. The LRAF serves as a strategic planning tool for potential contractors, detailing Indefinite Delivery Indefinite Quantity (IDIQ) contracts with values ranging from $10 million to over $900 million, while emphasizing the importance of technological advancement in enhancing U.S. military capabilities. Interested parties can reach out to Alfred W. Hensler at alfred.hensler@navy.mil or by phone at 301-757-5934 for further information, noting that updates will be made quarterly and that this notice is for informational purposes only, with no obligation for contract solicitation.