Sole Source to: Orcina Limited for OrcaFlex Software Licenses
ID: N61331-25-T-TR40Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to acquire OrcaFlex software licenses and annual maintenance from Orcina Limited on a sole-source basis for the Clandestine Delivered Mine (CDM) Program. This procurement is justified as OrcaFlex is the only commercially available software capable of performing the necessary dynamic analysis of offshore marine systems for the MK68 Clandestine Mine System, providing unique capabilities essential for research and engineering. The total value of this firm-fixed-price purchase order is under $250,000, and interested vendors must submit their quotes along with supporting documents, including a Capabilities Statement and proof of past performance, by the specified deadline. For further inquiries, interested parties can contact Terra Roberts at terra.s.roberts.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil.

    Files
    Title
    Posted
    This government file outlines the contractual requirements and clauses for a federal procurement, covering various sections such as Deliveries or Performance, Contract Clauses, Representations/Certifications, Instructions to Offerors, and Evaluation Factors. Key aspects include F.O.B. terms, electronic payment submission via Wide Area Workflow, and a comprehensive list of FAR and DFARS clauses addressing topics like executive compensation reporting, System for Award Management, safeguarding covered contractor information, prohibitions on certain telecommunications equipment (e.g., Kaspersky Lab, ByteDance, Huawei, ZTE), small business programs, combating human trafficking, and restrictions on foreign purchases (e.g., Iran, Xinjiang Uyghur Autonomous Region). The document also details administrative points of contact (PCO, Contract Specialist), defines hours of operation and holiday schedules for deliveries, and outlines policies for government facility closures. A significant section addresses the use of NAVSEA support contractors for managing official contract files, emphasizing the protection of sensitive information and outlining non-disclosure requirements. Evaluation criteria for award are based on Best Value, considering price, delivery, quality, and past performance, utilizing the Supplier Performance Risk System.
    The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD) is seeking to acquire OrcaFlex software licenses and annual maintenance from Orcina Limited on a sole-source basis for the Clandestine Delivered Mine (CDM) Program. This firm-fixed-price purchase order, valued under $250,000, is justified because OrcaFlex is identified as the only commercially available software capable of performing the necessary dynamic analysis of offshore marine systems required for the MK68 Clandestine Mine System. The software is crucial for research, analysis, and engineering, offering unique flexibility, speed, accuracy, and ease of use that no other product provides. This acquisition is deemed the best value for the government's needs, and market research confirmed Orcina OrcaFlex as the sole solution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOLE SOURCE – SOFTWARE LICENSES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    Intent to Sole Source Anark Software License Subscription
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole source contract to Anark Corporation for a software license subscription essential for the Digital Data Center’s Model-Based Definition (MBD) project. This procurement involves a base year plus four additional years of subscription services, which include licensing, maintenance, and support for software that automates the flow of aircraft parts designs from Engineering to Manufacturing. Anark Corporation is the Original Equipment Manufacturer (OEM) of the required software, which is proprietary and not available from any other source, emphasizing the critical nature of this procurement for the agency's operational needs. Interested parties may submit a capability statement within three calendar days of this notice to be considered for potential competitive procurement, with inquiries directed to Melinda Bowen at melinda.a.bowen.civ@us.navy.mil.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to issue a sole source contract for the procurement of Oracle software licenses, maintenance, support renewals, and associated services. This contract will utilize other than full and open competition procedures to acquire essential software and hardware solutions, including Oracle Advanced Customer Services and Oracle Consulting Services, to support IT operations across the DoD enterprise. The procurement is critical for maintaining operational efficiency and ensuring robust IT infrastructure within the defense sector. Interested parties can reach out to Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474 for further details.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    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.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.