*Brand Name Mandatory* E3-0073 EggPlant Software
ID: N0017424R0144Type: 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)
Timeline
    Description

    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure EggPlant Software. EggPlant Software is a commercial item used for business application/application development software as a service. The procurement will be a firm fixed price purchase order using Simplified Acquisition Procedures. The place of performance is Indian Head, Maryland, United States. The primary contact for this procurement is Laura Adams, who can be reached at laura.a.adams41.civ@us.navy.mil or 3017444297. The deadline for quote packages is 2 August 2024 at 10:00 AM EST. Late quotes will not be considered. The quote packages should include the completed/filled-in RFQ and should be emailed to Laura.a.adams41.civ@us.navy.mil. The evaluation factors for this procurement are technical specifications and price. The lowest price technically acceptable quote that conforms to the solicitation will be awarded the contract.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Nintex Workflow Enterprise Premium License Subscription Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking quotes for the renewal of a Nintex Workflow Enterprise Premium License Subscription, along with associated premium support services. This procurement is a total small business set-aside and is intended to secure essential workflow software that enhances operational efficiency within the Navy. The contract will be awarded based on the lowest aggregate firm fixed-price quotation for brand name products, with a delivery timeframe extending from September 30, 2024, to September 29, 2025. Interested vendors must submit their quotes by September 11, 2024, at 8:00 AM EST, and can direct inquiries to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    MAYA SAToolkit Bundle
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the procurement of the MAYA SAToolkit Bundle and associated Simcenter products, as part of a 100% small business set-aside initiative. This procurement aims to acquire specialized software and mentoring services for up to three users, ensuring compliance with Section 508 accessibility standards, with the contract to be awarded on a Firm Fixed Price basis for an initial performance period of 12 months, including options for renewal. The selected vendor will be responsible for providing products that meet specific technical specifications, with evaluations based on price and past performance. Interested bidders must submit their proposals by September 10, 2024, and ensure they are registered with the System for Award Management (SAM). For further inquiries, contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil.
    Purchase of an upgrade AERO-S software to apply fast acoustic scattering capabilities
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a qualified small business to provide an upgrade to the AERO-S software, which will enhance its fast acoustic scattering capabilities for partially axisymmetric submerged structures. The procurement aims to develop advanced functionalities for the software, including the creation of 2D and 3D models, verification of analyses, and the upgrade of the AERO-S manual, with results documented in a PowerPoint presentation. This software is critical for ongoing Navy projects, as it offers unique capabilities essential for acoustic and structural analysis that are not available in competing products. Interested parties must submit their quotes by September 11, 2024, and can direct inquiries to Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    MONGO DB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking quotations for MongoDB Enterprise Advanced software support under solicitation N0042124Q0508. This procurement aims to acquire various support packages for the MongoDB software, with delivery expected by September 15, 2024, and early or partial shipments are acceptable. The selected vendor must be an authorized distributor, provide a firm fixed-price quote, and ensure compliance with the Trade Agreements Act (TAA). Interested parties must submit their quotations by September 10, 2024, at 4:00 PM to Annie N. Bohmann via email at annie.n.bohmann.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    BIG IP renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew their BIG IP software license. BIG IP is a business application software used in the IT and telecom industry. The procurement is a total small business set-aside and will be conducted on a firm fixed-price basis. The place of performance is Patuxent River, MD, and interested vendors must be registered in the System for Award Management (SAM) database. The procurement requires items to be covered under the manufacturer's warranty and must be TAA compliant. The deadline for submitting a brand name quote is 11/22/2023 by 5pm. All quotes/responses should be submitted via email to Annie Bohmann at annie.n.bohmann.civ@us.navy.mil.
    *BRAND NAME MANDATORY* E3-0107 Fiber Optic
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking quotes for the procurement of brand name mandatory fiber optic materials as part of a combined synopsis/solicitation (RFQ N0017424R0167). The objective is to enhance the fiber optic network by replacing and upgrading outdated cables, ensuring a resilient communication infrastructure critical for operations related to energetics and explosive ordnance disposal technologies. Vendors are required to supply specific products from manufacturers such as Netceed, Corning, and Netsource, with a focus on quality acceptance and secure shipping practices. Quotes are due by September 18, 2024, at 10:00 AM EST, and interested parties should contact Laura Adams at laura.a.adams41.civ@us.navy.mil for further information.
    Continue to augment the Corrosion Cracking Maintenance Prediction Software (CCMPS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for a follow-on contract to enhance the Corrosion Cracking Maintenance Prediction Software (CCMPS), originally developed under an Office of Naval Research program. The primary objective of this procurement is to refine the software framework and integrate additional material and structural input models to improve its predictive capabilities for corrosion and cracking in naval structures, particularly focusing on various aluminum alloys and ship classes. This software tool is crucial for optimizing maintenance operations within the Navy, ensuring the reliability and efficiency of naval assets. Interested small businesses must submit their quotes by September 10, 2024, and include necessary documentation such as pricing and a Cage Code. For further inquiries, potential contractors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    DDG-51 High-Efficiency Propeller Technical Reports
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for a firm fixed price contract related to the DDG-51 High-Efficiency Propeller Technical Reports. The objective of this procurement is to validate the compatibility of an 18-foot propeller design with the existing propeller hub of the DDG-51 Class ships, which is crucial for enhancing the operational efficiency of naval vessels. This solicitation will be conducted on a sole-source basis, with quotes due by 10 September 2024, and will follow a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested parties should submit their quotes to Brittany Tavassoli at brittany.b.tavassoli.civ@us.navy.mil, ensuring compliance with all specified requirements and deadlines.
    Gnu Ada Translator(GNAT) Pro Ada Software and Licenses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is planning to award a Firm-Fixed Price (FFP) contract for the procurement of GNAT Pro Ada software and associated support services from AdaCore. This acquisition, which will be conducted on a sole source basis, is crucial for the US Army Combat Capabilities Development Command (DEVCOM) Armaments Center, ensuring they have the necessary software tools for their operations. The procurement process is authorized under Simplified Acquisition Procedures, reflecting the government's commitment to obtaining commercial solutions while adhering to federal regulations. Interested parties may submit capability statements or quotations by September 20, 2024, with inquiries directed to Qendresa Neza at qendresa.neza.civ@army.mil or Nicole Thalmann at nicole.l.thalmann.civ@army.mil.
    NSWCCD NI CompactRIO System Components
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of new NI CompactRIO System Components, specifically designed for measuring and testing electrical signals. This procurement is a brand name, total small business set-aside, emphasizing the need for National Instruments hardware due to proprietary rights and compatibility with existing systems. Interested vendors must submit their quotes by Thursday, September 12, 2024, at 12:00 PM EST, and are required to demonstrate authorized reseller status for the quoted products. For further inquiries, potential bidders can contact Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil or by phone at 757-600-8579.