Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
ID: N6426724R0349Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, Naval Surface Warfare Center is seeking information from potential contractors capable of providing licensing and support for the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This software is used for logistics and supply chain management and is a critical component of the Corona Division's operations.

    The Navy seeks to procure this software on a brand-name basis, with One Network NEO being the sole provider that meets their specific requirements. The intention is to award a Firm-Fixed-Price contract for continued support and licensing of the software.

    The scope of work for the successful awardee will include providing the necessary licenses and support services, as detailed in the draft Purchase Description (PD) document. This includes maintaining and supporting the existing system, which is currently fulfilled by METGreen Solutions Inc. under contract M6785422F5200.

    The PD, attached to the opportunity listing, outlines the specific licensing and support requirements, as well as the anticipated period of performance. Interested parties should carefully review this document and provide a response addressing their ability to meet these requirements.

    To be considered a valid source, interested contractors must provide the following information:

    • Company details, including size relative to NAICS code 541519 (Other Computer Related Services).
    • Small Business Administration (SBA) certifications and registration, if applicable.
    • Industry feedback on the current PD.
    • A maximum 15-page Capability Statement demonstrating the ability to meet the PD's requirements.
    • Proof of authorization to resell, if applicable.
    • A narrative explaining the company's status as a nonmanufacturer, if relevant.

    The Navy encourages all potential offerors to register in the System Award Management (SAM) system and have their Online Representations and Certifications Application up to date.

    The Contract Specialist, Brian Staub, is available for clarification and can be contacted at brian.a.staub2.civ@us.navy.mil. Responses to this sources sought notice are due by the deadline stated in the notice and should include the reference "Sources Sought Notice N6426724R0349" in the subject line.

    The Navy reserves the right to use the information received to determine the acquisition approach and does not commit to issuing a solicitation or awarding a contract. Responses are voluntary and the Navy will not reimburse any costs associated with them.

    Files
    No associated files provided.
    Similar Opportunities
    MAK RTI Protection Program Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the maintenance renewal of the MAK RTI Protection Program to MAK Technologies of Cambridge, MA. This procurement is necessary to ensure the continued support and functionality of the software essential for the NRL's operations, as it is deemed that only one responsible source can fulfill the agency's requirements. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are encouraged to demonstrate their capability to meet this requirement by responding to the notice. For further inquiries, interested vendors can contact Michiko Houston at MICHIKO.HOUSTON@NRL.NAVY.MIL or by phone at 202-923-1277, referencing Notice of Intent number N00173-24-Q-1301180929.
    Sources Sought for Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services
    Active
    Dept Of Defense
    The Office of Naval Research (ONR) is conducting a Sources Sought announcement to assess market capabilities for Unison Acquisition Maintenance and System Support Services. This initiative aims to gather information on potential contractors who can provide essential services for the Unison Acquisition (PRISM) system, including software maintenance, database administration, and compliance with federal regulations. The contractor will play a critical role in ensuring operational efficiency and stability of the existing computing environment while preparing for the eventual decommissioning of the UNISON system. Interested parties must submit their capability statements, not exceeding five pages, by email no later than 12:00 pm local time, Washington D.C. on 13 September 2014, and can contact Alejandro Moreno at alejandro.moreno.civ@us.navy.mil or Shawn J. Ryan at shawn.j.ryan4.civ@us.navy.mil for further information.
    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.
    70--Endgame software subscription renewals
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR NORFOLK for Endgame software subscription renewals. The software is intended for use by Naval Information Forces (NAVIFOR). The contract will be a Firm Fixed Price contract for a five-year period, starting from August 12, 2019, to August 11, 2024. The acquisition is classified under the NAICS code 314614 with a size standard of 1,250 employees. The RFP package will be available for download on or about July 22, 2019, from the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.
    16--ELECTRONIC CONTROLL
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support branch, plans to issue a sole-source contract for an electronic control unit. The NSN is 7R-1680-015854855-P8, quantity 1 EA, with delivery terms set at FOB origin. The Navy intends to solicit Marotta, the Original Equipment Manufacturer, as the only known source for the spare part in question, although other responsible sources may submit capability statements for consideration. The approval process for new manufacturers applies, but the procurement will not be delayed for this. The NAICS code is 336413, and the FSC is 1680. The planned contract will be issued under the procedures outlined in FAR Part 12. Interested parties should submit their capabilities and qualifications by email, with a 45-day response window (30 days if issued under a Basic Ordering Agreement). The RFP will be posted on NECO, with an anticipated award date of October 2024. For clarity, potential offerors should direct any queries to MICHAEL J. BROWN at the provided email or phone number: MICHAEL.J.BROWN43@NAVY.MIL or (215)697-3765.
    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.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.
    Development and Enhancements to NNOMPEAS (National Navigation Operation & Management Performance Evaluation & Assessment System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the development and enhancements of the National Navigation Operation & Management Performance Evaluation & Assessment System (NNOMPEAS). The primary objective of this procurement is to update and improve the existing functionalities of NNOMPEAS, which serves as a critical tool for analyzing waterborne commerce statistics and vessel operations. This initiative is vital for supporting project evaluations and operational management within U.S. coastal systems, ensuring effective resource management and economic analysis for navigation improvements. Proposals are due by September 13, 2024, and must be submitted electronically, with a firm fixed price contract to be awarded based on technical capability and a detailed work plan. Interested parties can contact Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil for further information.
    IOC Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking qualified vendors to provide a software upgrade for the Navigation Critical Distribution System (NCDS), specifically transitioning the Input Output Controller (IOC) software from VxWorks to Red Hat Linux. This procurement includes the acquisition of a Red Hat Enterprise Linux Development License, Network Interface Cards, and RHEL server subscriptions, aimed at enhancing navigation data handling and ensuring compatibility with mission requirements. The selected contractor will be responsible for software development, testing, and configuration tasks, adhering to strict quality assurance and compliance standards critical for Navy operational capabilities. Interested vendors must submit a Joint Certification Program (JCP) certificate by September 3, 2024, to receive the necessary design drawings, with quotations due by September 10, 2024. For further inquiries, contact Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
    99--OPERATOR, INTERFACE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a specialized part identified by NSN 1H-9999-LLTRN5464, with a quantity of one unit required for delivery to the USS Wasp LHD 1. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair of this part from alternative sources, making it essential to engage with a qualified supplier who can meet the specific requirements outlined in the solicitation. The contract action will be negotiated with only one source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability within 45 days of the notice publication. For further inquiries, potential bidders can contact Olivia Snyder at (717) 605-4614 or via email at OLIVIA.SNYDER2@NAVY.MIL.