NOTICE OF INTENT TO SOLE SOURCE: Mimics base and analysis subscription renewals.
ID: W911QX25QA067Type: Combined Synopsis/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 Department of Defense, specifically the Army, is seeking to renew subscriptions for Mimics software licenses and associated maintenance services through a sole-source contract with Materialise USA LLC. The procurement includes the renewal of both the Mimics Base and Analysis Subscription Licenses, as well as maintenance and technical support for the period from October 19, 2025, to October 18, 2026. These software tools are critical for advanced imaging and analysis in defense applications, ensuring the Army has the necessary capabilities for its operational needs. Proposals are due within five business days of posting, and interested parties should direct inquiries to Acquisition Specialist Ashley Runkles at ashley.n.runkles.ctr@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Accessibility Requirements Tool outlines the compliance measures for Information and Communication Technology (ICT) as per Section 508 of the Rehabilitation Act. It mandates that all ICT procured, developed, or maintained by agencies must adhere to the Revised 508 Standards. Key areas include electronic content, hardware, software, and support documentation. Specific accessibility standards require compliance with both Level A and Level AA of WCAG 2.0 criteria. The document specifies requirements for public-facing and agency communication content, emphasizing the need for accessibility in official communications. It also details criteria concerning visual, auditory, and cognitive accessibility, ensuring inclusive functionality for users with disabilities. Applications must allow user preferences and provide controls for captions and audio descriptions. Offerors must submit an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template to substantiate compliance and are instructed to describe their design approaches for universal accessibility. Acceptance criteria include potential government testing of ICT items to verify conformance claims. This document serves as a vital guide for developing accessible government ICT products and services, highlighting the importance of inclusivity and adherence to federal standards.
    The document serves as a government solicitation notice for a contract action specifically intended for Materialise USA LLC. This procurement is executed under the authority allowing for negotiations with a single source due to unique requirements. It outlines that the contract is a Firm Fixed Price type, specifies payment instructions through the Wide Area Workflow system, and emphasizes that subscription services must cease upon contract completion unless authorized by the Contracting Officer. The general structure includes contact information for both the contract specialist and contracting officer, as well as detailed clauses regarding payment terms, inspection, delivery schedules, and compliance with telecommunications regulations. Additional provisions address sourcing constraints, tax exemptions, and the guidelines for employing foreign nationals, ensuring the contractor's adherence to various federal regulations. The document notably underscores the prohibition on equipment and services from certain foreign entities and mandates that contractors do not offer any telecommunications equipment that could compromise security or national interests. The entire framework illustrates the rigid compliance and regulatory nature of federal contracting processes, focusing on secure, efficient procurement practices while safeguarding governmental integrity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Brand Name - Mathworks LicenseRenewals
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
    Altair Hyperworks Software Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    Synopsis of Contract Action- FY26 MPulse Software Renewal
    Buyer not available
    The Department of Defense, specifically the United States Air Force Test Center (AFTC/PZZG), intends to award a sole-source contract to Mpulse Software Inc. for the annual renewal of the MPulse Maintenance and Support Program (MSP) subscription. This procurement encompasses a base year and four one-year options, extending from December 2025 to December 2030, to support the management of over 500 equipment assets at the Banfield Anechoic Facility. The contract is justified under FAR 13.106-1(b)(1)(i) due to Mpulse Software Inc. being the only authorized vendor capable of providing the necessary cloud hosting, technical support, and software updates. Interested vendors who believe they can meet the requirements are encouraged to submit a technical package, and all inquiries should be directed to Ms. Paola D. Diaz or Ms. Anne C. Beach via email. Contractors must be registered in the System for Award Management (SAM) to participate.
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    Synthesia Enterprise License
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for a Synthesia Enterprise License with Synthesia Limited. This procurement is aimed at acquiring software under the NAICS code 513210, which pertains to software publishers, and is critical for enhancing the Army's operational capabilities through advanced business application software. The government plans to proceed with this non-competitive award under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of their capability by 12:00 PM EST on December 10, 2025. For further inquiries, interested parties may contact Tyasia Oaks at tyasia.a.oaks.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Recur LINK-16 BOSS SW Support Platinum
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, intends to procure LINK-16 BOSS Software Support Platinum Renewal on a sole-source basis from Curtiss-Wright Defense Solutions. This procurement involves the renewal of an existing maintenance and support subscription, which is critical for the operational capabilities of military communications systems. Interested firms that believe they can fulfill this requirement are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of the notice publication. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    Oracle Software Maintenance and Support Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    FAR Part 16 Exception to Fair Opportunity Justification GITLAB Subscription Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to renew its subscription for GitLab under a FAR Part 16 Exception to Fair Opportunity Justification. This procurement involves actions exceeding the Simplified Acquisition Threshold (SAT) and is conducted under Multiple Award Indefinite Delivery Contracts. The GitLab subscription is critical for IT and telecom business application software, facilitating essential software development and collaboration within the Army. Interested parties can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    Residency Management Suite Software and Maintenance
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.