TecPLUS Renewal for Tecplot 360
ID: N0017426Q1005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking quotes for the renewal of TecPLUS support for Tecplot 360 Single-User Licenses, covering one base year and four option years from January 1, 2026, to December 31, 2030. The procurement requires that the contractor be an authorized distributor for Tecplot Software, with the solicitation detailing 35 line items for various licenses each year, and inspection and acceptance to occur at NSWC Indian Head. This renewal is critical for maintaining the operational capabilities of the software used in defense applications. Interested vendors must submit their quotes by October 23, 2025, at 1600 EDT, and direct all inquiries to Erika Cabot at erika.n.cabot.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (N0017426Q1005) is for the renewal of TecPLUS support for Tecplot 360 Single-User Licenses, including one base year and four option years, spanning from January 1, 2026, to December 31, 2030. The contractor must be an authorized distributor for Tecplot Software. The document details 35 line items covering seven specific licenses for each year. Inspection and acceptance for all items will occur at NSWC Indian Head Division, with Christopher Hovland as the Technical Point of Contact. Payment instructions are provided via Wide Area WorkFlow (WAWF), specifying “Invoice 2-in-1” for fixed-price service line items that do not require shipment. The solicitation also includes various FAR and DFARS clauses, addressing topics such as System for Award Management, foreign purchases, whistleblower rights, and prohibitions on certain telecommunications equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of the ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription for 65 technicians managing 4000 nodes, aimed at renewing the government's current software subscription set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are registered in the System for Award Management (SAM) at the time of submission.
    ASTM Compass Subscription Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to renew its subscription to ASTM Compass, a critical resource for accessing ASTM technical standards. This procurement is a sole source contract intended to maintain uninterrupted access to essential services utilized by Warfare Center Research Commons users at NUWC Newport and NSWC Carderock, with the subscription renewal also extending to a new location at NSWC Division Corona. Interested vendors must submit their quotes by November 7, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. The contract will cover the period from January 1, 2026, to December 31, 2026.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    NAWCAD WOLF iHawk Rackmount System
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting quotes for the procurement of a "TW12 iHawk Rackmount System" and associated components on a firm fixed-price basis. This solicitation is strictly for brand name items, with no substitutions accepted, and requires that all offerors be authorized distributors or resellers, registered in the System for Award Management (SAM), and compliant with the Trade Agreements Act (TAA). The goods are critical for military applications, and the government aims to award the contract based on the lowest evaluated price that meets technical acceptability standards. Interested vendors must submit their quotes by 5:00 PM Eastern Time on January 6, 2026, and can direct inquiries to Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.
    Government Furnished Hardware: REPLATE AND STRIP
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the re-plating and stripping of government-furnished hardware, specifically Cartridge Retainers, Firing Pin Housings, Caps, and Initiator Chambers, which are classified as Aviation Critical Safety Items. The procurement requires adherence to stringent specifications, including cadmium plating standards, precise cleaning protocols, and compliance with quality control measures such as ISO 9001 and ISO/IEC 17025. Interested vendors must ensure they are certified under the United States/Canada Joint Certification Program to access technical drawings and must submit their quotes by January 9, 2026, with all proposals evaluated on a lowest price technically acceptable basis. For further inquiries, vendors can contact Francine Keys at francine.keys@navy.mil or Marlene Ridgell at marlene.ridgell@navy.mil.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking proposals for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement is a firm fixed price (FFP) request for quote (RFQ) and is designated as a 100% total small business set-aside, requiring the software to have specific capabilities such as flow cytometric data analysis, compatibility with FCS files from BD and Beckman Coulter cytometers, and support for multiple simultaneous users. This renewal is critical for maintaining the operational efficiency of USAMRIID's research activities, with quotes due by January 5, 2026, and technical questions accepted until December 18, 2025. Interested vendors should direct inquiries to Jayme Fletcher at jayme.l.fletcher2.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    TIH 28/30/32
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.