Quick Terrain Modeler (QTM) Enterprise License & Ancillary Training
ID: H9224025Q0012Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Special Operations Command (USSOCOM), under the Department of Defense, is seeking proposals for a Quick Terrain Modeler (QTM) Enterprise License along with ancillary training services. This procurement aims to acquire software solutions that enhance terrain modeling capabilities, which are critical for operational planning and execution in various military contexts. The contract is set aside for small businesses, emphasizing the importance of fostering competition and innovation within the industry. Interested vendors should contact Pamela Sons at pamela.h.sons.civ@socom.mil or call 619-916-8240 for further details regarding the submission process and requirements.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Learning Management System (SOCOM/JSOU)
    Buyer not available
    The Department of Defense, specifically the Joint Special Operations University (JSOU) at MacDill Air Force Base, is seeking to acquire a cloud-based Learning Management System (LMS) to enhance its educational offerings. The LMS must meet specific Key Performance Parameters (KPP), including FedRamp and SCORM compliance, a minimum of 3TB storage, and features such as content management, student assessments, collaboration tools, and automated grading. This initiative is part of USSOCOM's commitment to modernizing educational technology to better serve its faculty and students, ensuring compliance and support crucial for operational effectiveness. Interested vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018 for further details.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities at Camp Lemonnier in Djibouti, reflecting the government's commitment to utilizing advanced technology for operational efficiency. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with the specified technical requirements and federal regulations. For inquiries, vendors should contact TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    SmarTrack Airtime and Maintenance Service
    Buyer not available
    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking to procure SmarTrack Airtime and Maintenance Services for GPS tracking devices utilized by the 1st Special Warfare Training Group (1SWTG(A)). This procurement involves the provision of personnel, equipment, and services necessary for the maintenance and airtime of 765 SmarTrack devices, with a contract structured for a base year and three option years, commencing on March 27, 2025. The services are critical for ensuring operational readiness and effective tracking capabilities within military operations. Interested small businesses must submit their qualifications electronically by February 21, 2025, and are required to provide proof of service authorization from Williams Software Associates to qualify for consideration. For further inquiries, potential offerors can contact Brian Gilmore at brian.gilmore1@socom.mil or Chu Yon Ku at chu.y.ku.civ@socom.mil.
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting quotations for the procurement of AV2011 SATCOM antennas, specifically targeting small businesses under Solicitation Number H92276-25-Q-0005. The requirement includes six antennas that must meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to support operations at Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in military operations, and vendors must ensure compliance with federal acquisition regulations and be registered in the System for Award Management (SAM). Interested parties should submit questions by February 21, 2025, and quotes by February 28, 2025, with evaluations based on technical acceptability and price using a lowest-priced technically acceptable (LPTA) approach. For further inquiries, contact Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Special Operations Forces Training Support Branch (SOFTSB) Training and Exercise TORP
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the Special Operations Forces Training Support Branch (SOFTSB) Training and Exercise TORP. This procurement aims to secure professional consulting services that will support training and exercise initiatives for special operations forces, focusing on enhancing operational readiness and effectiveness. The services sought are critical for ensuring that military personnel are adequately prepared for various scenarios, thereby contributing to national security objectives. Interested vendors can reach out to Sharon Lightfoot at sharon.c.lightfoot.civ@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further information, with the solicitation details available for review.
    National Registry Emergency Medical Technicians
    Buyer not available
    The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    Qatar S&RTS
    Buyer not available
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Qatar, with the contract set to commence on September 21, 2025, and extend through September 20, 2030. The procurement aims to ensure efficient management of U.S. Department of Defense cargo operations, including loading, unloading, and logistical support, while adhering to stringent safety and security regulations. This contract is critical for maintaining operational readiness and supporting military logistics in the region, with an estimated total value of $288,750 over the five-year period. Interested contractors must submit their proposals by March 4, 2025, and can direct inquiries to Connor N. Breyer at connor.n.breyer.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.