Brightly Software
ID: N0018925QZ171Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to procure software solutions from Brightly Software, Inc. for the National Defense University (NDU) to enhance maintenance and inventory management processes. The procurement specifically targets the Asset Essentials Core and Capital Forecast Direct software products, which are critical for project management, work order services, and tracking maintenance activities across NDU's campuses in Washington, D.C. This software is essential for maintaining operational efficiency and supporting NDU's mission to train the Joint Professional Warfighter, with a contract period set from May 1, 2025, to April 30, 2026. Interested vendors must submit their quotations by April 17, 2025, and ensure registration in the System for Award Management (SAM) while adhering to Section 508 accessibility standards. For further inquiries, vendors can contact Rubean Joy Varghese at rubean.j.varghese.civ@us.navy.mil.

    Point(s) of Contact
    Rubean Joy Varghese. The best way to reach the point of contact for this action is via email at rubean.j.varghese.civ@us.navy.mil
    rubean.varghese@navy.mil
    Files
    Title
    Posted
    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is issuing a combined synopsis/solicitation for commercial supplies aimed at supporting the National Defense University (NDU). The solicitation, identified as N0018925QZ171, pertains to a firm-fixed-price (FFP) purchase order for software items required for maintenance and inventory management, specifically Brightly Software, Inc. products: Asset Essentials Core and Capital Forecast Direct. The aim is to streamline maintenance processes and aid in strategic planning at NDU campuses in Washington, D.C. The procurement period is anticipated from May 1, 2025, through April 30, 2026, with submission deadlines for quotes and inquiries specified by April 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and demonstrate authorization to provide the specified brand products. The document contains several clauses relating to contract terms, conditions, and compliance with accessibility standards under Section 508. Responses to this solicitation are modeled on previous acquisitions, focusing on specific brand-name software, and aim to evaluate potential future competitive solicitations based on received interest from vendors.
    The Joint Forces Staff College has issued a Request for Quotations (RFQ) for specific software requirements from Brightly Software Inc. The quote encompasses Electronic and Information Technology (EIT) necessary for asset management across two campuses (North and South). The focus is on implementing the SchoolDude Software, which comprises work order management and capital planning tools — specifically, Asset Essentials Core and Capital Forecast Direct. The contract is structured under a sole-source basis, mandating a 12-month availability post-delivery. Submission of quotations is required by 1 PM ET on March 12, 2025. All participating vendors must be registered in the System for Award Management (SAM) and must adhere to Section 508 accessibility standards for technology. Key contract conditions include aspects of inspection and acceptance at the destination and details on payment processing via the Wide Area Workflow (WAWF) system, alongside compliance with various federal acquisition regulations. This RFQ underscores a commitment to streamlining resources for educational infrastructure within the Department of Defense while emphasizing compliance with federal mandates for business operations and technology accessibility.
    Lifecycle
    Title
    Type
    Brightly Software
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    NETAPP Software and Warranty
    Buyer not available
    The Department of the Navy, specifically the Naval Research Laboratory (NRL), is seeking quotations for the procurement of NETAPP Software and Warranty as part of a Total Small Business Set-Aside opportunity. This procurement includes essential software subscriptions, warranty extensions, and support services for NETAPP storage systems, which are critical for maintaining operational capabilities within the NRL's IT infrastructure. Interested vendors are required to attend a mandatory Q&A meeting scheduled for April 16, 2025, and must submit their quotations by April 25, 2025, to ensure compliance with the solicitation requirements. For further inquiries, vendors can contact Andrea Graves at andrea.graves@NRL.NAVY.MIL or Theresa Macpherson at theresa.l.macpherson.civ@us.navy.mil.
    ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
    Purchase VGStudio software maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC-IHD), intends to award a sole-source contract for the renewal of VGStudio MAX software maintenance to VCloud Tech. This procurement aims to secure comprehensive software maintenance services, including phone and email support for two instances of the software, along with downloadable updates for a minimum of 12 months, ensuring compatibility with Microsoft Windows 10 and 11 without requiring hardware changes. The maintenance is crucial for supporting nondestructive evaluation (NDE) activities while adhering to federal security requirements, as all services must be accessible without direct internet connection. Interested parties must submit their capabilities by April 25, 2024, at 10 AM (EST) to Nicole Coleman via email at nicole.coleman@navy.mil, and must be registered in the System for Award Management (SAM).
    RTI SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
    SOLE SOURCE – CMM-MANAGER SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
    Annual software subscription for HardwareWall software
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure an annual software subscription for HardwareWall software to support the Triton Unmanned Aircraft System (UAS). This procurement aims to ensure operational updates, security compliance, and functional support for military operations, including maritime surveillance and intelligence gathering. The selected vendor will be responsible for providing firm fixed pricing for the software licenses, with delivery required by May 15, 2025. Interested parties must submit their quotes by April 18, 2025, at 10:00 am Eastern Standard Time, to the designated contacts, Roshaia Thomas and Roberta Nethercutt, via the provided email addresses.
    SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
    U--DMSS-N training for NAVIFOR
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    Jira Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.