BinLens 3.0 Software License
ID: N68335-25-R-0378Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with ObjectSecurity for a five-year standalone site license for the BinLens 3.0 Binary Analysis Platform. This procurement includes virtual machine images, docker/kubernetes containers, installation and configuration support, and updates to support the Prototype, Manufacturing, and Test Division (PMTD). The BinLens 3.0 software is critical for binary analysis, and ObjectSecurity is identified as the only distributor capable of fulfilling the government's requirements. Interested parties may submit responses within fifteen days of this notice, and registration in the System for Award Management (SAM) is mandatory for consideration. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or call 732-323-4643.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    Hexagon Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure maintenance services for Hexagon Metrology software on a sole-source basis. This procurement is for the renewal of an existing license, which is critical for maintaining operational capabilities within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Virginia Dennison, by email no later than five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.
    Repair and Rebuild of Advantor Access Control Systems (ACS)
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Advantor Systems Corporation for the repair and rebuild of Advantor Access Control Systems (ACS). This procurement aims to support the Prototype, Manufacturing, and Test Division (PMTD) by ensuring the functionality and reliability of critical security systems. Advantor Systems Corporation is uniquely positioned to fulfill this requirement, as they are the only distributor capable of providing the necessary solutions. Interested parties may submit responses within fifteen days of this notice, and registration in the System for Award Management (SAM) is mandatory for consideration. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or call 732-323-4643.
    Binocular Night Observation Device (BiNOD)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for the development, production, and testing of a Binocular Night Observation Device (BiNOD), aimed at providing a low-cost, helmet-mounted night vision solution. This procurement is critical for enhancing military operational capabilities by offering advanced low-light amplification technology for soldiers in the field. Interested contractors must be registered in the SAM database and adhere to the detailed submission guidelines outlined in the solicitation W91CRB-25-R-007, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Michael C. James at michael.c.james78.civ@army.mil or Gerald A. Simmons at gerald.a.simmons2.civ@army.mil.
    Sole Source: ThorLabs Optical Kit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure a ThorLabs Optical Modulator Kit on a sole source basis. This procurement is essential due to the technical compatibility of ThorLabs' products with existing systems, which is critical for accurate data collection and efficient resource management. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by March 19, 2025, and delivery required to Naval Station Newport, Rhode Island. Interested vendors must ensure their quotes include all necessary company details and comply with registration requirements in the System for Award Management (SAM), and they can direct inquiries to Amy Prisco at amy.k.prisco.civ@us.navy.mil.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    59--PHOTO SENSOR, WB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 248 units of a photo sensor under the presolicitation notice titled '59--PHOTO SENSOR, WB.' The procurement involves a specific National Stock Number (NSN 1H-5985-015995173-X3) and is intended for delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. This equipment is critical for military applications, and the government intends to negotiate with only one source due to the proprietary nature of the data required for its purchase or repair. Interested parties are encouraged to express their interest and capabilities within 45 days of the notice, with the primary contact for inquiries being Collin A. Browning at (717) 605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.