RTI DDS Secure SW Licenses
ID: N6426724Q5027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking RTI DDS Secure SW Licenses. These licenses are typically used for software development and application in the IT and telecom industry. The Naval Surface Warfare Center is planning to award a sole source Firm Fixed Price contract to Real Time Innovations. Interested parties must be registered in SAM and can submit a quotation electronically. The response date for quotes is specified in the posting. Any amendments to the Request for Quote will be published on the website.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Enterprise License Agreement for MathWorks Desktop and Server Programs
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure an Enterprise License Agreement for MathWorks Desktop and Server Programs for fiscal year 2025. This procurement aims to enhance the analytical capabilities of the Command Technical Departments by providing access to MATLAB software, which is essential for manipulating, plotting, and editing large data sets through its scripting functionality. The agreement will include a Master License Number and associated license numbers for a twelve-month term, with performance taking place at the NSWC location in Norco, California. Interested parties are invited to submit their Capability Statements to procurement specialist Mia Barela via email by 5:00 PM PDT on June 18, 2025, referencing Sources Sought Notice N6426725Q4220 in the subject line.
    FEMAP Software Licenses
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Siemens FEMAP Software licenses as part of a combined synopsis/solicitation. The procurement involves the renewal of fourteen (14) licenses for the FEMAP Software Maintenance Bundle, which is critical for engineering simulations and analysis across various Navy organizations, ensuring continued access to software upgrades and bug fixes until July 30, 2026. This brand name, small business set-aside solicitation emphasizes the necessity of using Siemens products due to compatibility requirements, with quotes due by June 20, 2025, and inquiries directed to Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil.
    70--Splunk Enterprise renewal
    Buyer not available
    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.
    GitLab License Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of GitLab licenses under a total small business set-aside procurement. The requirement includes the purchase of 15 units of the "US Govt Ultimate with 12x5 Citizen Support" for a one-year duration, effective from August 13, 2025, to August 12, 2026, with the goal of ensuring federal agencies have access to essential software tools and technical support. This procurement is critical for maintaining operational efficiency and compliance with government standards. Interested vendors must submit their quotations by following the guidelines outlined in the Request for Quote (RFQ) and can direct inquiries to James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    Radar Absorbing Surfaces (RAS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is seeking quotes from small businesses for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply Radar Absorbing Surfaces, specifically models G745256-1 and G745256-2. The procurement aims to acquire radar technology essential for military applications, with the contract being awarded based on the lowest price that meets technical acceptability criteria. Offerors must submit detailed proposals that include their technical approach, qualifications, and past performance on similar projects, adhering to strict formatting guidelines and including all shipping costs in their pricing. Interested parties must electronically submit their proposals by June 16, 2025, to Maria D. Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil, ensuring compliance with all specified requirements and regulations.
    DT-511C and DT-592D Hydrophones and Spare Parts
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors to establish a five-year indefinite delivery/indefinite quantity (ID/IQ) production contract for DT-511C and DT-592D hydrophones and spare parts. The procurement aims to design, manufacture, test, package, and deliver up to three First Article Hydrophones and up to 650 production hydrophones, along with up to 100 spare parts, all adhering to specific performance requirements outlined in the Critical Item Performance Specification (CIPS). These hydrophones are critical for the Navy's operational capabilities in underwater sound detection and navigation. Interested parties must be registered in the System for Award Management (SAM) and can contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil for further details. The anticipated release date for the Request for Proposal (RFP) is expected in July 2025, with evaluations based on technical capability, past performance, small business participation, and price.
    DBD Raytheon Software Support to Modify AN/ALE-50 IMPLC
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus Fixed Fee (CPFF) delivery order to Raytheon Company for the modification of the AN/ALE-50 Integrated Multi-Purpose Launch Controller (IMPLC) System, specifically for integration with the Dual Band Decoy (DBD) and the F/A-18E/F platform. This procurement is critical for the development, testing, and integration of advanced electronic countermeasure systems, which play a vital role in enhancing the operational capabilities of naval aircraft. The anticipated award date for this sole-source contract is October 2025, and interested parties may submit their interest and capabilities in writing to Kathleen Erickson or Jessica Guy-Dietrich via the provided email addresses. No competitive proposals will be accepted, and inquiries by phone are not permitted.
    Red Hat Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure Red Hat Software as part of its efforts to evaluate future remote software processes within the Hull, Mechanical, and Electrical (HM&E) Development Security Operations (DevSecOps). This procurement is a brand-name buy, meaning only Red Hat products will be accepted, emphasizing the critical nature of this software for operational needs within the Department of the Navy. The solicitation includes various Federal Acquisition Regulation (FAR) clauses to ensure compliance with accessibility standards and outlines the obligations of contractors regarding payment and delivery requirements. Interested vendors must submit their offers by June 20, 2025, and can direct any inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, as phone calls will not be accepted.
    70--Raytheon High Speed Guard maintenance and support
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to solicit and negotiate a sole source Firm Fixed Price (FFP) contract for Raytheon High Speed Guard maintenance and support. This service is typically used for the purchase of software publishers. The contract will be available for download at the NECO Website.
    SOLE SOURCE - DOWNCONVERTERS
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure twelve (12) Down Converters 6 CH on a Sole Source basis from Narda Miteq, with a Firm Fixed Price (FFP) contract anticipated. This procurement is critical for supporting defense operations and is classified under the NAICS code 334419, which pertains to Other Electronic Component Manufacturing. The solicitation, identified by RFQ number N6660425Q0427, will remain open for less than 15 days, with a required delivery period of 30 weeks after contract award. Interested vendors are encouraged to submit capability statements for future consideration, and inquiries can be directed to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.