SolidWorks 3-Year License Renewal
ID: W912EF24F0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking to renew its SolidWorks licenses through a Blanket Purchase Agreement (BPA) with Lyme Computer Systems, INC. The procurement involves the renewal of 21 licenses for SolidWorks Premium and Simulation Premium, which are critical for engineering tasks within the Design Branch and Operations Division, ensuring continuity in design and analysis capabilities. SolidWorks software has been utilized for nearly two decades, and its renewal is essential to avoid operational disruptions, including loss of access to historical design files and software updates. Quotes are requested by 10:00 AM PST on September 9, 2024, with primary contact Kristin Kreutzer available at kristin.n.kreutzer@usace.army.mil or 509-527-7010 for further inquiries.

    Files
    Title
    Posted
    The Department of the Army's Walla Walla District is seeking to renew its SolidWorks licenses through a Blanket Purchase Agreement (BPA) with Lyme Computer Systems, INC. This letter serves as a request for a quote for software renewal, specifically for SolidWorks Premium and SolidWorks Premium with Simulation Premium, covering five and two seats respectively for three additional years. These licenses are essential for engineering tasks within the Design Branch and Operations Division, as SolidWorks has been in use for nearly two decades. The document includes a Statement of need, technical specifications detailing software features, and a request for proposals to be submitted by 10:00 AM PST on September 9, 2024. The procurement is classified under NAICS code 513210 for Software Publishers, targeting small businesses. The overall goal is to ensure the continuity of vital software services that facilitate design and analysis in engineering projects, aligning with established government contracting regulations. This effort underscores the government's commitment to maintaining effective technological resources for its operations.
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking approval for a three-year, firm-fixed-price contract with Lyme Computer Systems for the renewal of 21 licenses of SolidWorks Premium and Simulation Premium software. This software is essential for the Design Branch, allowing engineers to create detailed three-dimensional models, simulate real-world conditions, and conduct finite element analysis to assess design integrity. Lyme Computer Systems is identified as the sole distributor of these licenses, matching pricing from Dassault Systems SolidWorks Corporation. The inability to renew these licenses would result in significant operational impacts, including loss of access to historical design files, software updates, customer support, and usability of existing models. Additionally, transitioning to alternative software would necessitate extensive retraining without guaranteeing compatibility with established files. The document cites relevant purchasing regulations and justifies the need for a single-source procurement due to the unique capabilities of SolidWorks and the absence of suitable alternatives. Ultimately, this contract is vital for maintaining design capabilities and operational efficiency within the district.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LMA Factory Talk Software
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is soliciting a sole-source contract for the acquisition of one Factory Talk Software Package from Rockwell Automation Inc. This procurement is essential for maintaining the Low Voltage and Direct Current Switchgear Systems at the Lower Monumental Dam, ensuring compatibility with existing infrastructure and ongoing operational support. The contract emphasizes the importance of using specific software to prevent integration issues and maintain warranty coverage, with a proposal submission deadline extended to September 23, 2024, at 11:00 AM PST. Interested parties can reach out to Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further inquiries.
    Microsoft License Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotations for the renewal of Microsoft software licenses. This procurement is a firm fixed-price contract, requiring that all items be brand new and sourced from an authorized Microsoft distributor, with compliance to the Trade Agreements Act being mandatory. The opportunity is particularly significant as it supports small business participation in federal contracting, ensuring that the necessary software licenses are acquired in accordance with government regulations. Interested vendors must submit their quotes via email to Kimberly D. Silvernagel by 11:59 PM Eastern Standard Time on September 18, 2024, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    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.
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    2024 Autodesk Yearly Maintenance Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking Autodesk Yearly Maintenance Software Support. This service is typically used for the annual renewal of Autodesk Software Maintenance to support previously purchased software licenses. The procurement will be awarded to DLT Solutions in Herndon, VA. The contract will be a Firm Fixed Price with a performance period of 12 months. Please note that this notice is not a request for quote and does not guarantee the release of future RFQs.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.
    Lidar Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Lidar equipment, with a focus on Trimble brand instruments, to enhance subsurface utility locating and surveying capabilities. The Request for Proposal (RFP) outlines the need for various ground penetrating radar (GPR) systems and scanning packages, including the LMX200 Enhanced System and the Trimble SX12, which are critical for accurate data collection in government projects. This procurement is particularly significant for ensuring compliance with federal guidelines and improving the efficiency of utility identification and terrain surveying operations. Interested vendors, especially Women-Owned Small Businesses, should direct inquiries to Jason Rice at jason.rice.27@us.af.mil or call 541-885-6496, with a target delivery date set for November 29, 2024.
    Parsons AceERS Software Product License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the renewal of the Parsons ACE Embedded Resource Scheduler (AceERS) software product license. The procurement involves the maintenance fee for six seat licenses and four additional seat licenses for the AceERS software, with a performance period from July 29, 2024, to July 28, 2025. This software is critical for managing embedded resources efficiently, and the contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000. Interested parties may express their capability to meet this requirement by contacting Yina Brooks or Alvin Williams via the provided email addresses, referencing Notice of Intent number “N0017324Q5825.”
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.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.