WinZip RENEWAL
ID: N6893624Q0240Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Naval Air Warfare Center, Weapons Division, is seeking proposals for the renewal of 3,000 licenses for "WinZip SafeMedia Software." This procurement is intended to ensure continued access to essential software services, with a performance period set from September 13, 2024, to September 12, 2025. Compliance with Federal Acquisition Regulations (FAR) is mandatory, and vendors must adhere to specific technical and administrative requirements, including registration in the System for Award Management (SAM) and certification through Defense Logistics Information Services (DLIS) for accessing Controlled Unclassified Information. Interested parties should contact Gwynn Hartkopf at gwynn.l.hartkopf.civ@us.navy.mil for further details, with the solicitation expected to be posted on beta.SAM.gov around September 19, 2024.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) identified as N6893624Q0240, issued by the Naval Air Warfare Center Weapons Division (NAWCWD). The primary purpose is to solicit offers for 3,000 units of "WinZip SafeMedia Software" license renewals, with a performance period running from September 13, 2024, to September 12, 2025. The RFP emphasizes compliance with Federal Acquisition Regulations (FAR) and stipulates that potential vendors must provide detailed specifications and necessary information for a thorough technical evaluation. Submission details include the necessity for electronic invoicing through the Wide Area Workflow system, and it emphasizes that all vendors must be registered in SAM (System for Award Management). The solicitation mandates adherence to various clauses regarding small business qualifications, including set-asides for HUBZone and service-disabled veteran-owned businesses. Key provisions regarding pricing, shipping, inspections, and administrative processes are detailed, along with an emphasis on maintaining strict compliance with security regulations concerning export-controlled items and telecommunications. The RFP highlights the importance of product origin, particularly under the Buy American Act, along with necessary prohibitions against certain technologies. Vendors are encouraged to ensure they meet technical and administrative requirements and are reminded of the implications of failure to comply with the set standards.
    Lifecycle
    Title
    Type
    WinZip RENEWAL
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Microsoft License Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the renewal of Microsoft software licenses under solicitation number N0042124Q0517. This procurement is aimed at acquiring essential Microsoft software products on a firm fixed-price basis, specifically from authorized Microsoft DoD ESI BPA vendors, to ensure operational efficiency within the department. The solicitation emphasizes the importance of compliance with federal acquisition regulations and requires detailed technical information along with the best price quote by the deadline of September 19, 2024. Interested vendors must submit their proposals via email to Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    RAPID_MAC_FORECAST_JULY_2024
    Active
    Dept Of Defense
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    NAWCAD WOLF Sharable Content Object Reference Model (SCORM) Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking information from industry regarding the provision of Sharable Content Object Reference Model (SCORM) software that is compatible with an existing Rustici Software, Inc. system. The objective is to identify a non-developmental or commercial off-the-shelf SCORM solution that supports SCORM versions 1.2 to 2004 4th edition and xAPI standards, while also being adaptable to future SCORM changes and capable of integrating with any existing Learning Management System (LMS). This procurement is critical for enhancing integrated command and control and intelligence systems, ensuring interoperability and functionality within the Department of Defense's training and educational frameworks. Interested parties must submit their responses, not exceeding ten pages, via email to Lauren Clemmens by September 23, 2024, at 3:00 P.M. EST, and should include detailed technical capabilities, organizational information, and any proprietary data marked accordingly.
    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.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    LenelS2 Software and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the procurement of LenelS2 brand name Enterprise software and engineering support to enhance security systems at the Joint Region Marianas Naval Base in Guam. This firm fixed-price solicitation requires that all offerors be authorized distributors of LenelS2 products, registered in the System for Award Management (SAM) database, and compliant with the Trade Agreements Act (TAA). The procurement emphasizes the need for various services, including planning sessions, software migration, and on-site support, with a strict evaluation process focusing on the lowest price meeting the minimum acceptability standards. Interested parties must submit their quotes by September 23, 2024, to Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil, ensuring all items are brand new and compliant with the outlined requirements.
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    FY24 Enovia Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking proposals for the FY24 Enovia Support contract, which involves the procurement of annual maintenance for the ENOVIA server and client software, as well as CATIA V5R2021 licenses. This contract is a follow-on to the previous contract number N0042123C0040 and is critical for maintaining the operational capabilities of the 3DExperience platform used in various defense applications. The contract period will extend from the date of award until September 26, 2025, with quotes due by September 26, 2024. Interested vendors must submit a certification of authorized reseller status along with their proposals to Aimee Raley at aimee.k.raley.civ@us.navy.mil.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.