NAWCAD WOLF - Intent to Sole Source for Unique Identification Management System Software & License Renewals in support of AN/UPX-29 ISEA.
ID: N0042124Q0504Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the A2B Tracking UC! Web™ Core ITAR Software-as-a-Service from A2B Tracking Solutions, Inc., on a sole-source basis. This procurement involves the acquisition of two software licenses, maintenance support, and necessary hardware components to enhance the Unique Identification Management System for military asset management. The selected solution will facilitate data exchange within various procurement modules, ensuring compliance with military standards and operational efficiency. Proposals are due by September 16, 2024, and interested vendors must be authorized distributors of A2B Tracking Solutions, registered in the System for Award Management (SAM), and provide comprehensive technical and pricing information for evaluation. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotations (RFQ) from the Naval Air Warfare Center Aircraft Division (NAWCAD) for the purchase of "A2B Tracking UC! Web™ Core ITAR Software-as-a-Service" from A2B Tracking Solutions, Inc. The RFQ, identified as N0042124Q0504 and issued on September 12, 2024, specifies a firm fixed-price procurement intended to be sole-sourced. It details the acquisition of two software licenses, maintenance support, and necessary hardware, with proposals due by September 16, 2024. Offerors must be authorized distributors of A2B Tracking Solutions, registered in the System for Award Management (SAM), and provide comprehensive technical and cost information for evaluation. The RFQ outlines the process for submitting quotations, including required documentation and details on pricing, delivery timelines, and inspection procedures. The contractor is obligated to register for electronic invoicing through the Wide Area Workflow (WAWF) system and comply with various acquisition regulations. Deliveries are expected to occur between September 2024 and September 2029, illustrating a long-term commitment to maintaining the necessary software and support for asset management in line with military procurement standards.
    Similar Opportunities
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Intent to Sole Source to Terabase Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to Terabase Corporation for the procurement of the LogiQuest Simultaneous User License with AEL/APL Data Add-on (PN LQGS-03). This procurement is essential for enhancing logistical capabilities on naval vessels, allowing personnel to independently manage part and configuration issues without external support, thereby streamlining military operations. The justification for this sole source procurement emphasizes the need for compatibility with existing systems and the avoidance of delays and duplication of costs, as the LogiQuest system offers unique functionalities not available in current government systems. Interested parties capable of meeting the requirements must submit their capability statements by September 23, 2024, at 11:00 AM PST to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    LEICA ABSOLUTE TRACKER AT960-LR
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the acquisition of a LEICA ABSOLUTE TRACKER AT960-LR and associated equipment, which are critical for precise military applications. This procurement is set as a total small business set-aside, emphasizing compliance with federal acquisition regulations and the need for specific commercial items from Hexagon Manufacturing Intelligence Inc. The solicitation, identified as SPMYM124Q0056, is expected to be released on September 10, 2024, with quotes due by 12:00 PM EST on September 24, 2024. Interested vendors should direct inquiries to Ronald Martin at ronald.c.martin@dla.mil and ensure they are registered in the System for Award Management (SAM) database prior to submitting proposals.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.
    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.
    59--DISPLAY UNIT,FLIGHT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for a sole source procurement of 10 units of the Display Unit, Flight, identified by NSN 7R-5999-016800624-CB and part number 343A565-1. This acquisition is critical as the government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must provide the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Samantha M. Freedman at (215) 697-6566 or via email at Samantha.M.Freedman.CIV@us.navy.mil.
    16--TAB MECHANISM - ELE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of four units of the TAB MECHANISM - ELE, identified by NSN 7R-1680-015855048-P8. This flight-critical item is classified as a commercial/nondevelopmental/off-the-shelf product, requiring Government source approval prior to contract award, as the technical data available does not support full and open competition. Interested vendors must provide necessary documentation for source approval along with their proposals, as offers lacking this information will not be considered. For inquiries, contact Kelly A. Gipson at (215) 697-4787 or via email at KELLY.A.GIPSON1@NAVY.MIL, with proposals due within 45 days of the notice publication.
    Towed Body (TB)-29C Thin Line Towed Array (TLTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Towed Body (TB)-29C Thin Line Towed Array (TLTA) systems under Solicitation N00024-24-R-6102. This procurement aims to acquire advanced towed array systems that are critical for undersea warfare operations, enhancing the Navy's capabilities in search, detection, navigation, and guidance. Interested offerors must be registered in the System for Award Management (SAM) database, and the solicitation has been amended to extend the closing date to October 24, 2024. For further inquiries, potential bidders can contact Stuart Burman at stuart.burman2.civ@us.navy.mil or by phone at 202-714-7059.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).