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.
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    DRAFT RFP: NAWCAD WOLF, N00421-25-R-0002, Air Platform Engineering & Integration (APE&I)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the draft Request for Proposal (RFP) N00421-25-R-0002, focused on Air Platform Engineering & Integration (APE&I) services. The procurement aims to provide engineering and integration support for various airborne capabilities, including sensors, communications systems, and weapons systems for both manned and unmanned platforms. This initiative is crucial for enhancing the operational effectiveness of the Department of Navy and other government agency projects, ensuring the integration of advanced technologies into airborne systems. Interested parties are encouraged to review the draft solicitation and submit their feedback by 1:00 PM on October 2, 2024, to the primary contact, Cheri Swailes, at cheri.a.swailes.civ@us.navy.mil, or the secondary contact, Amy G. Davis, at amy.g.davis.civ@us.navy.mil. The North American Industry Classification System (NAICS) code for this opportunity is 541330, with a small business size standard of $47 million.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.
    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.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    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 Controllers (IOCs) to upgrade the Navigation Critical Distribution System (NCDS) on the USS Theodore Roosevelt (CVN 71). The procurement aims to enhance navigation capabilities by upgrading four IOCs, which are critical for delivering navigation data to essential systems on naval vessels, while ensuring compliance with military standards and preventing counterfeit materials. Interested small businesses are encouraged to submit their proposals by the extended deadline of October 2, 2024, with all components required to be delivered by January 30, 2025. For further inquiries, potential offerors may contact Shawn M. Waters at shawn.m.waters@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.