Notice of Intent Sole Source Award - Rohde & Schwarz
ID: PANAPG-24-P-0000002167Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT SW SECTORFORT HUACHUCA, AZ, 85613-5000, USA

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Dec 13, 2023 5:25 PM
  2. 2
    Updated Dec 13, 2023 5:25 PM
  3. 3
    Due Dec 18, 2023 4:00 PM
Description

Special Notice DEPT OF DEFENSE DEPT OF THE ARMY intends to award a sole source contract to Rohde & Schwarz for IT and Telecom - Business Application Software (Perpetual License Software). This software is typically used for various purposes such as data management, communication, and business operations. The place of performance for this contract is Fort Huachuca, AZ, 85613, USA. For more details, refer to the attached Notice of Intent. For any inquiries, contact Neil Mendiola at neil.s.mendiola.civ@army.mil or Elizabeth Wheeler at elizabeth.c.wheeler2.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Sole Source
Active
Dept Of Defense
Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
NOTICE OF INTENT TO SOLE SOURCE – Software development and support services for laboratory Data Acquisition and Control (DAC) systems
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE is planning to procure software development and support services for laboratory Data Acquisition and Control (DAC) systems. These services are typically used to provide OEM services for Government-owned DAC systems in order to meet mission and customer requirements for data processing and analysis. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for continuous software support services. The proposed ordering period for this contract will be for five (5) years. The place of performance for this contract is Aberdeen Proving Ground, Maryland, United States. The primary contact for this procurement is Alexander Cheatham, and the secondary contact is Connor Davenport. The government intends to negotiate with Vieletech, Inc. as they are the only source that can provide the necessary software support for their DAC systems. However, any responsible source who believes they can meet the requirement may submit a capability statement, proposal, or quotation for consideration. Responses to this notice are due on or before 29 July 2024.
Notice of Intent to Sole Source
Active
Dept Of Defense
Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for XRD 1620 AN20 CS flat panel detector and accessories. This procurement is for use at the McAlester Army Ammunition Plant. The XRD 1620 AN20 CS flat panel detector and accessories are used for x-ray image inspection at the McAlester Army Ammunition Plant. The sole authorized supplier for this equipment is VJ Technologies Inc, the original manufacturer of the proprietary x-ray image inspection system and sole owners of the software licensing used at MCAAP. They are the technical experts on service, maintenance, and performance upgrades to the software and integration. The purchase order will be awarded under 'other than full and open competition' as authorized by FAR 6.302-1. This means that the procurement will not be open to competitive bidding. Please note that this notice is not a request for offers. The Government will determine whether to compete this procurement based on the responses received. The information received will be used to determine whether future competitive procurements will be conducted for this item. For more information, please contact Andrea Jones at andrea.jones36.civ@army.mil.
Two Hundred Thirty-One (231) HyperWorks Software Annual Licenses and Thirty-Five (35) Annual Support & Maintenance Units
Active
Dept Of Defense
The U.S. Army Research Laboratory at Aberdeen Proving Ground, Maryland, seeks to procure a large batch of software licenses and support subscriptions. Specifically, the laboratory requires Two Hundred Thirty-One (231) annual licenses for Altair HyperWorks software, along with Thirty-Five (35) annual support and maintenance subscriptions. The primary purpose of this acquisition is to ensure the efficient tracking and management of items through unique identification and valuation services. The selected contractor will be responsible for assigning unique identifiers to items, employing appropriate serialization methods, and submitting detailed item information. This enables the military to effectively manage its resources. Additionally, the contract includes provisions for implementing wide area workflow (WAWF) payment processes, which involve the electronic submission of payment requests and receiving reports, thus streamlining invoice handling. The government has expressed an intent to award the contract to Altair Engineering, Inc., but stresses that it will also consider proposals from other sources. The solicitation process is a combined synopsis and a request for quotations, with an emphasis on commercial items. The procurement attracts various mandatory clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), primarily related to commercial items, security, and telecommunications. These clauses cover areas such as human trafficking, equal opportunity, and prohibiting the use of certain Chinese telecommunications equipment. The contract, valued at an estimated cost of $5,000 or more, will be awarded as a firm-fixed-price agreement. It is scheduled to run for one year, with the potential for extensions. Offers must be submitted by 11:59 AM ET on August 2nd, 2024, to be considered. Interested parties should direct any inquiries to Adaleta Dougherty, the responsible contract specialist. Ms. Dougherty can be contacted via email at adaleta.dougherty2.civ@army.mil or by phone at 520-672-9586.
Impetus Software
Active
Dept Of Defense
The U.S. Army Contracting Command, on behalf of the U.S. Army Combat Capabilities Development Command, intends to award a firm Firm-Fixed Price contract to Certasim LLC for software, hardware, and licenses, including maintenance for Enterprise Impetus software. The sole source justification for this decision is attached to this pre-solicitation synopsis. The software in question is used for three-dimensional finite element analysis, aiding the U.S. Army Combat Capabilities Development Command in its modeling and simulation requirements. Certasim LLC's Impetus software has been singled out due to its ability to meet the Army's unique needs. The contract, if awarded, would have a one-year base period with the potential for four additional option years. This unclassified contract would require the contractor to perform at their own facility. The associated NAICS code is 513210, and the PSC code is DA10. Interested parties should direct any inquiries to the contract specialist, Kelly Lynch, and the contracting officer, Gloria Thoguluva, via email. The government contacts provided in the synopsis will provide further information on this opportunity. Please note that this pre-solicitation synopsis does not guarantee the issuance of a solicitation or a future contract. The information provided in this synopsis is subject to change and should not be construed as a commitment by the U.S. Government.