GENESIS64 SupportWorX
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, 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 Air Force Research Laboratory (AFRL), intends to award a sole source contract to Systems Group Technologies (SGTEK) for the renewal of the ICONICS SupportWorX Software Maintenance & Support Agreement for the GENESIS64 Suite. This procurement is essential for maintaining and supporting the current software products and licenses critical for research and development operations related to turbine engines and advanced propulsion systems. The Air Force has invested significantly in this software, and transitioning to an alternative vendor would incur substantial costs and operational disruptions, making the continuation of support with ICONICS necessary. Interested parties may submit capability statements by 11 October 2024, with the contract award expected around 15 October 2024 for a performance period of 12 months. For inquiries, contact Benjamin Spencer at benjamin.spencer.8@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Bill of Materials for the renewal of an Annual Maintenance & Support Agreement for ICONICS GENESIS64, designated for the CSRD Title under Case ID AFRL/RQ 24-CSRD-EAST-1508. The agreement is set to be effective from October 1, 2024, to September 30, 2025, reflecting ongoing commitment to maintaining technological systems necessary for operations. The specified part number for this maintenance agreement is CRAFDIS RMF- ICONICS GENESIS64, CNR-03186-8HZVSL. This maintenance contract emphasizes the importance of continuous support and servicing of critical software, which is a key consideration in government RFPs and contracts to ensure operational efficiency and reliability in federal and state projects. The document showcases a structured approach to recognizing the need for expert support services to uphold system functionality within governmental operations.
    The document is a Single Source Justification for the renewal of the ICONICS Software Maintenance & Support Agreement by the Air Force Research Laboratory (AFRL/RQOO). It outlines the necessity of continuing support for the GENESIS64 Suite, a complex SCADA software critical for research and development operations related to turbine engines and advanced propulsion. The Air Force has invested significantly in this software, and switching to an alternative would incur prohibitive costs, including complete system replacement and employee retraining. The sole source vendor, ICONICS, is essential for ongoing maintenance, upgrades, and technical support, as competitors do not meet the specialized requirements. Market research into alternative vendors further confirms the necessity of renewing with ICONICS. AFRL/RQOO commits to exploring other options in the future but has determined that a single-source approach is currently justified to avoid substantial operational disruptions and costs.
    The United States Air Force intends to award a sole source contract to Systems Group Technologies (SGTEK) for a Firm-Fixed-Price order regarding software maintenance and support for the GENESIS64 Suite. The award is expected around 15 October 2024, with a 12-month performance period. The requirement is necessitated by the Air Force Research Laboratory's need for support for the ICONICS SupportWorX Software Maintenance Agreement. Although this notice is not a request for competitive quotations, interested parties may submit capability statements for consideration, with a deadline of 11 October 2024. Submission details include company identification, socioeconomic status, and compliance with product specifications. The Government reserves the right to compete the requirement based on the responses received. All submissions must be unclassified, and communication regarding inquiries should be directed to the designated contact person. The document underscores the Government's procurement process, focusing on maintaining transparency and allowing for potential competition while facilitating necessary support for defense operations.
    Lifecycle
    Title
    Type
    GENESIS64 SupportWorX
    Currently viewing
    Special Notice
    Similar Opportunities
    Insight Plane Sciences Software Renewal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the renewal of Insight Plane Sciences Software. This procurement involves a sole source contract for annual software support, which is critical for the Coast Guard's operational analysis and monitoring of aircraft flight data. The selected vendor, APS Aerospace Corporation, will provide essential software maintenance services from November 1, 2024, to October 31, 2025, ensuring continuity and compliance with federal regulations. Interested parties must submit their quotes by October 9, 2024, at 12:00 PM EST, and direct all inquiries to Jeremy A. Wood via email at jeremy.a.wood@uscg.mil.
    Spatial Analyzer Ultimate Software Maintenance (SWM)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the provision of Spatial Analyzer Ultimate Software Maintenance (SWM) for the 402d Commodities Maintenance Group at Robins Air Force Base in Georgia. The procurement aims to update seven existing Spatial Analyzer licenses and establish a software maintenance agreement for an additional 13 licenses, ensuring timely software updates and technical support. This software is critical for maintaining operational capabilities within the maintenance group, and the selected contractor will be responsible for compliance with government security regulations and supply chain risk management. Interested parties are encouraged to submit documentation demonstrating their capabilities by October 11, 2024, and can contact Gregory Berryhill or Claudette Macneil for further information.
    SPIRENT TESTCENTER GOLD SUPPORT RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to renew the SPIRENT TESTCENTER GOLD SUPPORT under a sole source contract. This procurement is essential for maintaining the operational capabilities of the SPIRENT TESTCENTER, which is critical for testing and measuring various defense systems. The government intends to solicit and negotiate with only one source, as authorized under FAR 13.106-1 (b) (1) (i), and any inquiries regarding this notice should be directed to Dorene C. Nollie via email at dorene.c.nollie.civ@us.navy.mil. No phone calls will be accepted for this opportunity.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the EOTS Gap Analysis Service, which will be awarded to Lockheed Martin Corporation. The primary objective of this procurement is to conduct a comprehensive gap analysis to support the U.S. Air Force's 402d Software Engineering Group in establishing software sustainment capabilities for the F-35 Joint Strike Fighter's Electro-Optical Targeting System (EOTS). This service is critical for ensuring the operational integrity and maintenance of advanced military aircraft systems. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett or Valerie Evans via their respective email addresses. The contract encompasses a 35-day phase-in period, a 263-day execution period, and a 79-day phase-out period, with specific deliverables outlined in the Performance Work Statement.
    Titan Robotics Cyber Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure cybersecurity software support services for Titan Robotics at Robins Air Force Base in Georgia. The contract will be awarded on a sole-source basis to Titan Robotics, which will provide comprehensive cybersecurity support, including on-site and off-site services, to ensure the security and functionality of Titan robotic systems. This procurement is critical for maintaining compliance with government cybersecurity regulations and mitigating risks associated with software vulnerabilities. Interested parties should note that the deadline for submission of offers has been extended to October 7, 2024, and inquiries can be directed to Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.
    Notice of Intent - Sole Source - Systems Engineering and Technical Support Services (BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole source bridge contract to Science Applications International Corporation (SAIC) for systems engineering and technical support services. This contract is necessary to ensure the continuity of services provided to the NAWCAD Systems Engineering Department until a competitive follow-on contract can be awarded. The contract will cover a three-month base period with an option for an additional three months, as the agency requires these services to avoid unacceptable delays in fulfilling its operational needs. Interested parties may express their interest and technical capabilities by submitting responses to the designated contacts, Tiffany L. Corbett and Sotanya Rushing, by 2:00 PM (Eastern Time) on October 14, 2024.
    ATP Government Support Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center (AFSC), is preparing to issue a firm fixed-price contract for the procurement of ATP Government Support Equipment, specifically items produced solely by The Boeing Company. This acquisition includes critical equipment such as the MSOGS Ground Operations Cart and Field Tester, and the PBG Oxygen Regulator, which are essential for operational support within the Air Force. The solicitation is scheduled for publication on September 27, 2024, with a response deadline of October 11, 2024, and the anticipated delivery date for the equipment is on or before December 31, 2024. Interested parties can reach out to Mark C. Green at mark.green.29@us.af.mil or 405-734-8487 for further information regarding this sole-source opportunity.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.