Synthesia Enterprise License
ID: W91249-12368652Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT GORDONFORT GORDON, GA, 30905, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Peptide Synthesizer
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Peptide Synthesizer through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, indicating the need for specialized laboratory equipment. The Peptide Synthesizer is crucial for various defense-related research and development activities, enhancing capabilities in biochemical analysis and synthesis. Interested vendors should contact Michelle Ruybal at michelle.g.ruybal.civ@army.mil or call 801-386-4800 for further details regarding the submission process and deadlines.
    MATLAB-Mathworks Sole Source Award
    Buyer not available
    The Department of Defense, specifically the Office of Naval Intelligence, intends to solicit and negotiate a sole source contract with Mathworks for the procurement of MATLAB software. This Firm Fixed Price (FFP) contract is being pursued under the authority of FAR 13.106-3 and FAR 6.302-1(b)(ii), emphasizing the necessity of this software for operational purposes within the Navy. The government is seeking a discount from the offeror's schedule prices and will consider any quotations received, although this notice is not a request for competitive proposals. Interested parties can direct inquiries to Kevin Williams at kevin.a.williams216.civ@us.navy.mil or by phone at 301-669-4346.
    NOTICE OF INTENT TO SOLE SOURCE -- MATHWORKS
    Buyer not available
    The Department of Defense, through 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 a firm-fixed-price license for the MATLAB and Simulink product families. This requirement includes software maintenance for the existing MathWorks Total Academic Headcount (TAH) License, Campus Wide Suite, which is critical for the Naval Postgraduate School (NPS) in Monterey, California, as it supports various academic and research activities across the campus. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on December 8, 2025, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals and no solicitation document exists for this requirement.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    ASCE Library Collection -Intent to Award Sole Source - Posting (IASS)
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory, intends to award a sole-source Firm-Fixed-Price contract to Synopsys for a 12-month subscription to the ASCE Library Collection, with three additional option years starting around January 1, 2026. This subscription will provide the Air Force Institute of Technology's D'Azzo Research Library with access to a comprehensive digital library of civil engineering journals, conference proceedings, and standards, which are crucial for research and development in the field. Interested vendors are invited to submit capability statements within five calendar days of this notice to determine if a competitive procurement is feasible, with responses due by 0800 AM EST on December 8, 2025, to Stephen Wenclewicz at stephen.wenclewicz.1@us.af.mil.
    (SPA) ProjNet Sofware
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    Justification for Other Than Full and Open Competition - Symphony Software Licenses
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract to Apex Logic, Inc. for the procurement of Symphony Procurement Suite Licenses, which are essential for automating pre-award proposal management, source selection, and evaluation processes under the GSA Alliant 3 Governmentwide Acquisition Contract (GWAC) program. The Symphony software, developed exclusively by Apex Logic, Inc., is critical for the GSA's operations, having previously demonstrated significant time and labor savings, and is necessary as an interim solution until the transition to the enterprise-wide CALM system is completed. The estimated firm-fixed-price contract is valued at $828,000.00 for a base year and two option periods, with inquiries directed to Isaiah Wilcox at isaiah.wilcox@gsa.gov or by phone at 202-820-7338.