Purchase of an upgrade AERO-S software to apply fast acoustic scattering capabilities
ID: N0016724Q0314Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a qualified small business to provide an upgrade to the AERO-S software, which will enhance its fast acoustic scattering capabilities for partially axisymmetric submerged structures. The procurement aims to develop advanced functionalities for the software, including the creation of 2D and 3D models, verification of analyses, and the upgrade of the AERO-S manual, with results documented in a PowerPoint presentation. This software is critical for ongoing Navy projects, as it offers unique capabilities essential for acoustic and structural analysis that are not available in competing products. Interested parties must submit their quotes by September 11, 2024, and can direct inquiries to Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) related to the AERO-S Software Support Service contract. Its primary purpose is to detail the submission requirements for a Technical Report, presented in a Microsoft PowerPoint format, which will document the results of scattering analysis performed using the AERO-S software. Key elements include distribution controls, specifying that the report is restricted to the Department of Defense and U.S. DoD contractors for administrative or operational use. It emphasizes electronic submission through encrypted email, requiring documents to be in formats appropriate for reproduction, such as Microsoft Office or PDF, with all embedded fonts and images. The Technical Point of Contact is provided for further inquiries. The document adheres to federal guidelines for data submission, ensuring compliance and proper documentation within the contractual framework.
    The Technical Report–Study/Services document, designated as DI-MISC-80508B, outlines the requirements for submitting a technical report related to studies or analyses conducted under a federal contract. It provides guidelines on the format and content essential for documenting the results comprehensively. The report must be typewritten on standard letter-sized paper and include a title page with necessary identification details, a table of contents, and a two-section structure. Section I encapsulates the report's introduction, summary of results, and conclusions with their technical justifications. Section II demands a detailed exposition of the analytical results leading to the conclusions. This document, part of the government's Requests for Proposals (RFPs) and grants, ensures that reports meet high standards for accuracy, clarity, and security consistency, thereby enhancing the integrity and utility of the studies in federal contracts. Overall, it serves as a vital framework for delivering meticulous and federally compliant technical documentation.
    The document outlines a Request for Quotes (RFQ) by the Naval Surface Warfare Center Carderock Division (NSWCCD) for an upgrade of AERO-S software, focusing on fast acoustic scattering capabilities for partially axisymmetric submerged structures, both with and without rubber damping. It is designed exclusively for small businesses under the NAICS code 541511, with a procurement goal of one firm-fixed price purchase order anticipated. Interested parties must submit their quotes by September 11, 2024, including required details like price, capability statements, and shipping terms. The RFQ emphasizes the importance of meeting technical specifications as outlined in the Performance Work Statement (PWS). Key deliverables include developing 2D and 3D models, verifying analyses, upgrading the AERO-S manual, and documenting results in a PowerPoint presentation. The evaluation criteria focus on price and technical capability, requiring submissions to adhere to defined minimum specifications. The document integrates numerous federal acquisition regulations and provisions relevant to compliance and contract performance, ensuring stringent oversight throughout the procurement process while promoting opportunities for small businesses.
    The document serves as a justification for utilizing a sole source acquisition by the Naval Surface Warfare Center, Carderock (NSWCCD) for the procurement of upgraded AERO-S software under the Simplified Acquisition Threshold (SAT). According to FAR 13.106-1, contracting officers may solicit from a single source if deemed appropriate. The required software, offered solely by CM Soft Inc., is critical for applying advanced acoustic scattering capabilities to submerged structures. The justification cites proprietary rights and exclusive licensing agreements as reasons for not opening the acquisition to competition. CM Soft has developed unique extensions for AERO-S, enhancing its capabilities specifically in acoustic and structural analysis. Other similar software lacks the distinctive functionalities of AERO-S, making it indispensable for current projects. Delays in acquiring the software are projected to significantly hinder ongoing studies for Navy projects. The initiative is certified and approved in accordance with the relevant federal acquisition regulations, ensuring compliance and addressing the need for efficient procurement practices in defense-related operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NAWCAD WOLF Sharable Content Object Reference Model (SCORM) Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking information from industry regarding the provision of Sharable Content Object Reference Model (SCORM) software that is compatible with an existing Rustici Software, Inc. system. The objective is to identify a non-developmental or commercial off-the-shelf SCORM solution that supports SCORM versions 1.2 to 2004 4th edition and xAPI standards, while also being adaptable to future SCORM changes and capable of integrating with any existing Learning Management System (LMS). This procurement is critical for enhancing integrated command and control and intelligence systems, ensuring interoperability and functionality within the Department of Defense's training and educational frameworks. Interested parties must submit their responses, not exceeding ten pages, via email to Lauren Clemmens by September 23, 2024, at 3:00 P.M. EST, and should include detailed technical capabilities, organizational information, and any proprietary data marked accordingly.
    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 (USACE), 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 system's technical functionalities to enhance data access, analysis, and reporting capabilities related to waterborne commerce assessments. This initiative is crucial for supporting project evaluations and analyses for USACE planners and operations personnel, ensuring effective resource management in navigation projects. Proposals are due by September 20, 2024, and must be submitted electronically to the designated contracting officers. For further inquiries, interested parties can contact Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    NGD-9 A Side & B Side Liquid Polymer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of NGD-9 A Side and B Side Liquid Polymer, which is essential for acoustic modification and protection of Navy vehicle surfaces. This procurement will be conducted on a sole-source basis, as the product is a proprietary formulation from Goodrich/Collins Aerospace, and the government intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures. Interested vendors must submit their quotes by 10:00 AM EST on September 17, 2024, with questions due by September 16, 2024, to Brittany Tavassoli at brittany.b.tavassoli.civ@us.navy.mil. The procurement emphasizes compliance with federal guidelines and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis.
    Next Generation Fathometer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking industry input for a potential Firm-Fixed Price contract for the Next Generation Fathometer, a SONAR sounding set. This initiative aims to gather insights from both large and small businesses regarding their capabilities to meet the procurement requirements, specifically focusing on manufacturing capabilities, production lead times, and familiarity with SONAR technologies. The anticipated product will play a crucial role in measuring water depth for Navy vessels, ensuring effective underwater operations. Interested parties are invited to respond to a technical questionnaire by 4:00 PM PDT on October 3, 2024, with all submissions kept confidential. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    PCU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a specific aircraft part, identified by NSN: 7RH 1680 015855260 and P/N: 1-002-0102-1711. The contract requires the successful contractor to furnish, overhaul, repair, test, and inspect the specified item in accordance with detailed specifications and quality requirements, ensuring that all work meets the standards set forth in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested vendors must submit their quotes via email to Anthony Boselli at ANTHONY.BOSELLI@NAVY.MIL by the specified due date, and must also comply with government source approval requirements prior to award.
    Input Ouput Cards
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the acquisition of Input Output Cards, specifically Navigation Critical Distribution System (NCDS) Input-Output Controllers (IOCs) for the USS Theodore Roosevelt (CVN 71). The procurement aims to upgrade four IOCs, which are critical for delivering navigation data to essential systems on naval vessels, ensuring compliance with military standards and preventing counterfeit materials. Proposals must be submitted by September 18, 2024, with all components required to be delivered by January 30, 2025. Interested parties should contact Shawn M. Waters at shawn.m.waters@navy.mil for further details and necessary drawings related to the solicitation.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole source procurement for the Test Teardown and Evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative aims to restore failing power supplies on naval ships, which is critical following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms. The total budget for this procurement is capped at $250,000, with a completion deadline extending up to 12 months post-award, and interested vendors must submit their offers by September 18, 2024, at 4:00 PM Eastern Time to Marty Arvin at marty.arvin2.civ@us.navy.mil.
    Linear Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of two linear amplifiers under Request for Quotation (RFQ) N0016724Q0320. The amplifiers must meet specific technical requirements, including a minimum output of 900 watts, air-cooled functionality, user-configurable gain, and compatibility with standard power systems. This procurement is set aside exclusively for small businesses, emphasizing the importance of compliance with federal regulations and standards in the acquisition process. Interested parties must submit their quotes by 12 pm EST on September 18, 2024, and direct any inquiries to Steven Besanko at steven.besanko@navy.mil by September 16, 2024.
    NULKA MK 234 ADAP PROGRAM SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane (NSWC-CR), is seeking engineering, technical, maintenance, and sustainment services for the Nulka MK 234 Advanced Decoy Architecture Program (ADAP). The procurement aims to provide comprehensive support, including logistics, configuration management, maintenance, refurbishment, research and development, and training services related to the program. This contract is critical for maintaining the operational readiness and effectiveness of the Nulka MK 234 system, which plays a vital role in naval defense strategies. Interested parties must submit their capability statements or proposals by September 18, 2024, with inquiries directed to Jackson Stone at jackson.t.stone2.civ@us.navy.mil.