SOLE SOURCE – ANYSYS ZEMAX OPTIC ENTERPRISE SOFTWARE
ID: N0016425Q0545Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS ZEMAX Optic Studio Enterprise Lease Software under a sole source contract. This procurement aims to provide essential software licensing for optical design and analysis, which is critical for various defense applications. The contract is structured as an unrestricted opportunity under NAICS code 513210, emphasizing the government's commitment to engaging small businesses, particularly Women-Owned Small Businesses (WOSBs). Interested parties can reach out to Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for inquiries, with a delivery deadline set for April 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract related to the procurement of ANSYS ZEMAX Optic Studio Enterprise Lease Software, targeted towards Women-Owned Small Businesses (WOSBs). Key details include the requisition number, contract specifics, solicitation date, and contact information for inquiries. The acquisition is structured as an unrestricted contract under the North American Industry Classification System (NAICS) code of 513210, with a focus on delivering software licensing. Notable clauses incorporated by reference, including terms related to payment, warranty, and data rights, establish expectations for contractors regarding responsibilities such as invoice submission through the Wide Area WorkFlow (WAWF) system. The document also outlines various requirements for inspection, acceptance, and delivery timelines, indicating that goods must be delivered by April 11, 2025. Overall, this solicitation highlights the federal government’s commitment to engaging small businesses while ensuring compliance with specific contracting regulations, thus facilitating a competitive procurement process aimed at enhancing government efficiency through commercial products.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Synopsys software license renewals
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting bids for the renewal of Synopsys software licenses. This procurement aims to secure essential software services that support various defense-related applications, emphasizing the importance of maintaining up-to-date software for operational efficiency. The solicitation encourages participation from Women-Owned Small Businesses (WOSB), including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), promoting inclusivity in federal contracting. Interested contractors should contact Joshua Tester at joshua.e.tester.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for further details regarding submission requirements and deadlines.
    ANSYS Academic Multiphysics Campus Solution Simulation Software.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR San Diego, is seeking to procure the ANSYS Academic Multiphysics Campus Solution Simulation Software. This software is essential for advanced simulation and modeling capabilities, which are critical for various defense applications and research initiatives. The procurement falls under the NAICS code 513210, which pertains to Software Publishers, highlighting the specialized nature of the software being sought. Interested vendors can reach out to the primary contact, Queen E. Idele, via email at queen.e.idele.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –CONTINUOUS WAVE ILLUMINATOR (CWI) NOISE TEST SET
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Continuous Wave Illuminator (CWI) Noise Test Set through a sole source contract with Omniphase Research Laboratories, Inc. This procurement aims to acquire specialized supplies and services, including engineering change proposals, software user manuals, and test reports, which are uniquely provided by this manufacturer. The CWI Noise Test Set is critical for defense-related operations, ensuring accurate measurement and testing of electrical signals. Interested vendors must submit their quotes by March 4, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil, with all intellectual property rights retained by the government as stipulated in the solicitation.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contractor for the maintenance, repair, and upgrade of Government Furnished Equipment (GFE) related to the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement aims to ensure the operational readiness and reliability of critical microwave tube equipment used in various defense applications. This opportunity falls under the Engineering Services industry (NAICS 541330) and is categorized for equipment and materials testing related to ship and marine equipment (PSC H220). Interested parties can reach out to Kori Koss at kori.l.koss.civ@us.navy.mil or by phone at 812-805-0753 for further details regarding this presolicitation notice.
    Perpetual Non-Profit License for MedeA Software
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking to procure a perpetual non-profit license for MedeA software, which falls under the category of custom computer programming services. This software is crucial for various research and development activities within the Navy, facilitating advanced simulations and modeling necessary for defense applications. Interested vendors should reach out to Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579 for further details regarding the procurement process.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is initiating a sole source contract action for the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, emphasizing the importance of maintaining operational readiness and support for existing military systems. The Request for Proposal (RFP) N00164-25-RFPREQ-CR-JXW-0087 is part of a broader strategy to enhance military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    LDRA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking qualified vendors to provide a range of software tools for software analysis and verification, specifically targeting C/C++ applications on Linux. The procurement involves seven distinct software products to be delivered in lots from May 1, 2025, to April 30, 2026, under a fixed-price contract format, with a strong emphasis on small business participation, particularly from service-disabled veteran-owned businesses. This initiative underscores the government's commitment to enhancing software capabilities while adhering to federal acquisition regulations, including cybersecurity measures and compliance with warranty and data rights clauses. Interested parties can reach out to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886 for further details.
    Anti - Reflection Device, Optical Instrument
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for the procurement of an Anti-Reflection Device for Optical Instruments, identified by National Stock Number (NSN) 6650-01-479-5386. This contract aims to provide stock replenishment coverage in support of military depots, with a required delivery timeframe of 220 days, or 160 days with a First Article Test (FAT) waiver. The contract will be a Fixed Price, Indefinite Delivery Contract (IDC) with a base period of three years and two optional one-year extensions, totaling a maximum duration of five years. Interested small businesses must submit proposals electronically by the specified deadline, with the solicitation expected to be available on February 18, 2025, under solicitation number SPE7LX25RX002. For further inquiries, potential bidders can contact Brandan G. Litman at Brandan.Litman@dla.mil or Kristina Wolf at Kristina.Wolf@dla.mil.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
    SOLE SOURCE - Multi-Mission Optical Sensor (MMOS) and MTS Pedestal Enclosure System (MPES) Operations, Maintenance and future development efforts primarily products
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contractor for the Multi-Mission Optical Sensor (MMOS) and MTS Pedestal Enclosure System (MPES) operations, maintenance, and future development efforts. The procurement aims to ensure the continued functionality and advancement of these critical optical sensor systems, which play a vital role in various defense applications. Interested parties can reach out to Allyson Nicholson at allyson.d.nicholson.civ@us.navy.mil or call 812-381-4846 for further details regarding this solicitation, which falls under NAICS code 334511 and PSC code J016.