ICAM Annual Software Maintenance
ID: FA857126Q0036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the ICAM Annual Software Maintenance at Robins Air Force Base in Georgia. This procurement involves a Firm Fixed Price (FFP) contract for the maintenance of CAD/ICAM software, which includes providing software updates, technical support, and various maintenance services for different software components over a 12-month period. The selected contractor will be responsible for ensuring compliance with federal regulations and security requirements, as well as adhering to the Buy American-Supplies Act. Quotes are due by January 7, 2026, with an anticipated award date of January 22, 2026. Interested parties should contact Adriana Lytle at adriana.lytle@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a requirement for the annual software maintenance package for ICAM software at Robins Air Force Base, Georgia. The contractor will provide materials, labor, and supplies for various ICAM post-developer, post-arc-fitting, post run-time, 5-axis mill post, 5-axis mill-turn post, and CATIA extractor maintenance services. The maintenance package includes software updates, technical support via telephone, internet, and fax, program improvements, corrections, upgrades, and new versions. The period of performance is 12 months with electronic delivery within three days. The document specifies shipping details, government representatives, and security requirements, including compliance with NISPOM, DAFI 31-101, DoDD 5205.02E, DoD Manual 5205.02, and AFI 10-701. Supply chain risk management, affirmative procurement, and electronic invoicing via PIEE are also detailed.
    This government file, FA857126Q0036, outlines various clauses incorporated into federal contracts, focusing on compliance, ethics, and supply chain security. Key clauses address requirements for former DoD officials' compensation, whistleblower rights, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations with specific regimes (Maduro, Xinjiang Uyghur Autonomous Region). It also includes detailed instructions for Item Unique Identification and Valuation (IUID) for delivered items, specifying marking, data syntax, and reporting requirements through systems like Wide Area WorkFlow (WAWF). Furthermore, the document incorporates the Buy American—Balance of Payments Program and outlines offeror representations and certifications related to business size, veteran ownership, and certifications against child labor and delinquent federal taxes. The file emphasizes rigorous adherence to federal acquisition regulations, particularly concerning supply chain integrity, responsible business practices, and detailed item tracking.
    The Department of the Air Force, Air Force Sustainment Center PZIMA, Robins AFB, GA, has issued a combined synopsis/solicitation (FA857126Q0036) for the sole-source procurement of CAD/ICAM Software Maintenance. This Request for Quote (RFQ) is directed to CGTech (OEM) and is categorized under NAICS code 513210, Software Publishers. The acquisition is a Firm Fixed Priced (FFP) award under Simplified Acquisition Procedures, with a period of performance from January 27, 2026, to January 26, 2027. Quotes are due by January 7, 2026, at 12 PM EST, and the anticipated award date is January 22, 2026. The solicitation includes requirements for various Post Developer, Post ARC-Fitting Developer, Post Run-Time Complete, 5-Axis Mill Post, 5-Axis Mill-Turn Post, and CATIA Extractor maintenance services. Offerors must provide documentation demonstrating financial capability. All items must comply with the Buy American-Supplies Act or Trade Agreements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    Mastercam Software Subscription Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the 502d Contracting Squadron at Joint Base San Antonio-Randolph, Texas, intends to award a firm-fixed-price purchase order for the renewal of Mastercam Software Subscription Maintenance. This procurement involves the renewal of annual software maintenance and support for eight licenses of Mastercam CAD/CAM software, which is critical for fabricating parts using Computer Numerically Controlled (CNC) equipment and is considered an industry standard. The justification for a sole source procurement highlights the significant past investments in the software and the extensive training of personnel, emphasizing that failure to renew would severely impact production and mission success. Interested parties may submit their qualifications to Vivian Fisher at vivian.fisher@us.af.mil and Catherine Hardy at catherine.hardy@us.af.mil by December 26, 2025, at 1:00 PM Central Time.
    NAWCAD WOLF iHawk Rackmount System
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting quotes for the procurement of a "TW12 iHawk Rackmount System" and associated components on a firm fixed-price basis. This solicitation is strictly for brand name items, with no substitutions accepted, and requires that all offerors be authorized distributors or resellers, registered in the System for Award Management (SAM), and compliant with the Trade Agreements Act (TAA). The goods are critical for military applications, and the government aims to award the contract based on the lowest evaluated price that meets technical acceptability standards. Interested vendors must submit their quotes by 5:00 PM Eastern Time on January 6, 2026, and can direct inquiries to Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    Presolicitation - Repair of the Advanced Display Core Processor (ADCP) and Digital Map Processor (DMP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair the Advanced Display Core Processor (ADCP) and Digital Map Processor (DMP) under a presolicitation notice. The contract will involve providing all necessary parts and labor to test and repair these critical components, which are essential for the operational capabilities of the F-15E aircraft. The anticipated contract is a Firm Fixed Price agreement for a duration of one year, with a delivery schedule of 12 months after receipt of the equipment. Interested parties should contact Madison Norris at madison.norris@us.af.mil, with the solicitation expected to be issued on January 7, 2026, and proposals due by February 27, 2026.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    Altair Hyperworks Software Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    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.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    CIRCUIT CARD ASSEMB /NSN: 5998015381959IM / PN: 012095-0001
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for nine (9) Circuit Card Assembly units (NSN: 5998-01-538-1959 IM, PN: 012095-0001) through an oral solicitation (FA8117-26-Q-0004). These units, which are critical components for the AN/GRN-30(V)1 system, must be newly manufactured from specified materials, including aluminum and copper, and adhere to military packaging and marking standards. Interested vendors are required to submit their quotes by January 11, 2026, with a delivery deadline set for April 1, 2026, to designated foreign military sales locations. For further inquiries, potential bidders can contact Emma Taylor at emma.taylor.7@us.af.mil or Nathan R. Sholund at nathan.sholund@us.af.mil.