PCDMIS CAD++ Software Upgrade
ID: N0016725Q1004Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an upgrade for the PCDMIS CAD++ software from Hexagon Manufacturing Intelligence, Inc. This procurement involves a 12-month subscription for software upgrades, including PCDMIS CAD++, MyCare certification, and Metrology Assistant Manager Advanced, with options for two additional renewal years. The PCDMIS software is critical for engineering technicians to ensure precision in manufacturing by comparing measured data to CAD models, highlighting its importance in the Navy's engineering projects. Interested parties must submit a capabilities statement by April 10, 2025, to Steven Besanko at steven.besanko@navy.mil, with the contract performance period set from March 31, 2025, to March 31, 2026, under a firm-fixed-price structure.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 7:05 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a combined synopsis/solicitation for the upgrade of PCDMIS software from Hexagon Manufacturing Intelligence, Inc. This procurement is classified under FAR Part 13.106-1(b), as only one source is deemed reasonably available. The project involves a 12-month subscription for software upgrades, including PCDMIS CAD++, MyCare certification, and Metrology Assistant Manager Advanced, with options for two additional renewal years. The acquisition is structured as firm-fixed-price and is targeted at businesses within the scope of NAICS code 513210 and a small business standard of $47 million. Interested parties must submit a capabilities statement by April 10, 2025, clearly outlining their ability to meet requirements, including pricing and payment terms. The contract's performance period is from March 31, 2025, to March 31, 2026, with specified delivery and inspection locations. The document includes relevant FAR and DFARS clauses, indicating compliance and regulatory considerations for vendors. Overall, this solicitation outlines a focused, single-source approach to enhance crucial software capabilities for the Navy, reflecting strategic procurement practices.
Mar 27, 2025, 7:05 PM UTC
The memorandum outlines a Sole Source/Brand Name Justification for an acquisition below the Simplified Acquisition Threshold (SAT) within the Department of the Navy. It specifies that the procurement involves PCDMIS software, essential for engineering technicians measuring complex parts designed by engineers. This proprietary software, sourced exclusively from Hexagon Manufacturing Intelligence, Inc., is vital to ensure precision in manufacturing by comparing measured data to CAD models. The justification cites the lack of competition due to exclusive licensing agreements with the Original Equipment Manufacturer (OEM), highlighting that other distributors or representatives are unavailable. This document serves as a formal request to proceed without full and open competition, reinforcing the critical need for reliable metrology software in engineering projects.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
PanX DED Software
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure a PanX DED Software license from Pan Optimization, with the contract set aside for small businesses. This procurement aims to enhance the capabilities of the Integrated Computational Materials Engineering (ICME) lab, particularly in advancing additive manufacturing and digital twin technologies for novel alloys, which are critical for mission success in Maritime Industrial Base funded projects. The PanX software is essential for significantly reducing simulation times, thus enabling faster integration of additive manufacturing components into naval operations. Interested vendors must submit their quotes by May 1, 2025, and can direct inquiries to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil, with a target delivery date for the software set for May 15, 2025.
Coordinate Measurement Machine (CMM) Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information regarding the upgrade of a Coordinate Measurement Machine (CMM) to enhance the capabilities of the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). The upgrade requirements include a B5 Controller Upgrade Package with a one-year warranty, 12 months of Quindos Software or equivalent, and two HP Z4 PC models or equivalent, aimed at improving the measurement of physical objects using a probe. This Request for Information (RFI) is intended for market research purposes only and does not constitute a commitment to issue a Request for Proposal (RFP). Interested parties are encouraged to submit a white paper by April 30, 2025, detailing their capabilities, formatted in Microsoft Word and limited to three pages, with specific company information included. For further inquiries, respondents may contact Benjamin C. Hymas at benjamin.c.hymas.civ@mail.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
OrCAD Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure OrCAD x Professional software as part of the Tow Communication Buoy Program. This procurement includes essential software for the development of simulation and electronic circuits, as well as circuit board design, with a total contract value of $47 million for three primary software items and necessary maintenance services. The contract will be a Firm Fixed Price agreement, requiring that all items be Brand Name and delivered within one week post-award, with strict adherence to regulatory compliance and security protocols. Interested vendors must submit their responses to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil by 6:00 PM EST on April 30, 2025, as phone inquiries will not be accepted.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
SciTools Understand License Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of licenses for SciTools Understand software on a sole-source basis from Emenda USA. The procurement includes 20 units of UND-LAB20-SUB, 4 units of UND-LAB-RESET, and 5 units of UND-NL-SUB, as Emenda USA is the sole authorized distributor for Scientific Toolworks Inc. in North America. This software is critical for various defense-related applications, ensuring quality and reliability in software development and analysis. Interested firms that believe they can meet the requirements must submit a capability statement to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil within five days of this notice, referencing solicitation number N6893625Q5053. All interested parties must also be registered in the System for Award Management (SAM) database to be eligible for contract award.
Configuration Management Professional (CMPro) User Licenses
Buyer not available
The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking information from qualified vendors for the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This procurement involves a web-hosted Software as a Service (SaaS) implementation of CMPro licenses, which are essential for asset management in compliance with regulatory and quality requirements within the Department of Defense. The contract is expected to last for 12 months, with options for renewal over four additional years, and responses to the Request for Information (RFI) are due by May 2, 2025. Interested vendors should contact Porchia Locke at porchia.y.locke.civ@us.navy.mil for further details and guidance on submitting their capability statements.
NOTICE OF INTENT
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to COMSOL, Inc. for the annual renewal of COMSOL Multiphysics software licenses for the Naval Postgraduate School. This proprietary software is essential for simultaneous modeling of various phenomena, including mechanical, electrical, and thermal systems, particularly focusing on micro-electro-mechanical systems (MEMS), and is utilized across multiple academic departments and curricula at the institution. Interested vendors must submit a capability statement by May 1, 2025, to demonstrate their ability to provide the required licenses, with the anticipated award date set for on or before May 24, 2025. For further inquiries, contact Brenna Bronder at brenna.m.bronder.civ@us.navy.mil.
Spatial Analyzer- Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to gather information on vendors capable of providing Spatial Analyzer Ultimate Software Maintenance Agreements (SMA) and new licenses. This procurement aims to assess the market for software maintenance and licensing options, emphasizing the importance of these services in supporting operational capabilities. Interested vendors are invited to submit their company information, product capabilities, estimated costs, and feedback on delivery feasibility by 3:00 PM Pacific Time on April 28, 2025. For further inquiries, vendors can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.carpenter1@navy.mil.