Intent to Sole Source to DODESI
ID: M6700124Q1157Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVY

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, Marine Corps Air Station in Cherry Point, North Carolina, intends to award a sole source contract to the Department of Defense Enterprise Software Incentives (DODESI) for Autodesk licensing and support.

    This special notice is an invitation to current DODESI Business Planning Agreement (BPA) holders to compete for this unrestricted full and open competition. Potential applicants should be registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) invoicing system to be considered.

    The requested software falls under the North American Industry Classification System (NAICS) code 513210, and the product description is attached to the original government posting. All submissions must be in accordance with the detailed Request for Quotation (RFQ) outlined in the attachment.

    Any responsible small businesses may submit a quote for consideration until the deadline. The primary point of contact for this opportunity is Patwanda Brown, who can be reached at patwanda.brown@usmc.mil or 252-466-2895.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Nintex Workflow Enterprise Premium License Subscription Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking quotes for the renewal of a Nintex Workflow Enterprise Premium License Subscription, along with associated premium support services. This procurement is a total small business set-aside and is intended to secure essential workflow software that enhances operational efficiency within the Navy. The contract will be awarded based on the lowest aggregate firm fixed-price quotation for brand name products, with a delivery timeframe extending from September 30, 2024, to September 29, 2025. Interested vendors must submit their quotes by September 11, 2024, at 8:00 AM EST, and can direct inquiries to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    MAYA SAToolkit Bundle
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the procurement of the MAYA SAToolkit Bundle and associated Simcenter products, as part of a 100% small business set-aside initiative. This procurement aims to acquire specialized software and mentoring services for up to three users, ensuring compliance with Section 508 accessibility standards, with the contract to be awarded on a Firm Fixed Price basis for an initial performance period of 12 months, including options for renewal. The selected vendor will be responsible for providing products that meet specific technical specifications, with evaluations based on price and past performance. Interested bidders must submit their proposals by September 10, 2024, and ensure they are registered with the System for Award Management (SAM). For further inquiries, contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil.
    Intent to Sole Source to North Star Imaging Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Air Station (MCAS) Cherry Point, intends to award a sole source contract to North Star Imaging Inc. for on-site service of an X5000 CT Scanner, which is essential for tube conditioning. This procurement arises from the Fleet Readiness Center East's requirement for specialized maintenance services, with market research indicating that North Star Imaging is the only source capable of fulfilling this need as the original equipment manufacturer. Interested parties may submit a capability statement within five calendar days of this notice, although this is not a request for competitive quotes. For further inquiries, contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil.
    CADENAS - PARTsolutions; 3D Catalog Licenses/Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the procurement of CADENAS PARTsolutions 3D Catalog Licenses and associated services through a combined synopsis/solicitation. The primary objective is to enhance the Defense Enterprise Product Data Management (ePDM) system by providing a commercial-off-the-shelf (COTS) software solution that will facilitate the indexing of CAD inventory and the identification of functional duplicates among 3D models. This initiative is crucial for modernizing product data management capabilities within the Army, ensuring effective collaboration and compliance with information assurance requirements. Interested vendors must submit their proposals by September 13, 2024, at 1200 hours Central, and can direct inquiries to Janessa Argo or Cole Harris via their provided email addresses.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    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.
    BIG IP renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew their BIG IP software license. BIG IP is a business application software used in the IT and telecom industry. The procurement is a total small business set-aside and will be conducted on a firm fixed-price basis. The place of performance is Patuxent River, MD, and interested vendors must be registered in the System for Award Management (SAM) database. The procurement requires items to be covered under the manufacturer's warranty and must be TAA compliant. The deadline for submitting a brand name quote is 11/22/2023 by 5pm. All quotes/responses should be submitted via email to Annie Bohmann at annie.n.bohmann.civ@us.navy.mil.
    M9549424Q0023 Solicitation MCBOOT Phase IV Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the Marine Corps Business Operations Optimization Team (MCBOOT) Phase IV Support Services under solicitation number M9549424Q0023. The objective of this procurement is to obtain support services that enhance the operational efficiency of the Marine Corps Business Operations, as detailed in the solicitation and its associated exhibits. This opportunity is particularly significant as it falls under the category of Custom Computer Programming Services, which are vital for the development and support of business applications within the military framework. Interested small businesses are encouraged to reach out to the primary contact, Adam Cole, at adam.cole@usmc.mil or by phone at 248-687-9365, or the secondary contact, David Godfrey, at david.godfrey@usmc.mil or 703-898-2855, for further information regarding the submission process and deadlines.
    95--SHEET,METAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of sheet metal, specifically NSN 9515013624567, with a quantity of 38 units required for delivery to DLA Distribution Cherry Point within 264 days after order. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small enterprises in the defense supply chain. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be sent electronically to the designated contact. For inquiries, interested parties can reach out via email at DibbsBSM@dla.mil.
    Purchase of an upgrade AERO-S software to apply fast acoustic scattering capabilities
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a qualified small business to provide an upgrade to the AERO-S software, which will enhance its fast acoustic scattering capabilities for partially axisymmetric submerged structures. The procurement aims to develop advanced functionalities for the software, including the creation of 2D and 3D models, verification of analyses, and the upgrade of the AERO-S manual, with results documented in a PowerPoint presentation. This software is critical for ongoing Navy projects, as it offers unique capabilities essential for acoustic and structural analysis that are not available in competing products. Interested parties must submit their quotes by September 11, 2024, and can direct inquiries to Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    Notice of Intent to Sole-Source to Dynamic Solutions International, LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a firm-fixed price purchase order to Dynamic Solutions International, LLC for the acquisition of an EEMS-Perpetual License. This procurement is a sole-source announcement, indicating that the goods are uniquely available from the specified vendor, which is critical for maintaining the operational capabilities of the Navy's information warfare systems. Interested parties are advised that this is not a request for quotes, and any inquiries regarding this notice should be directed to Contract Specialist Matthew J. Ward at matthew.j.ward65.civ@us.navy.mil or by phone at 619-553-4532.