77367 - Fortify License Renewal
ID: FA857925R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses for the Fortify Scan Machine and related content, under the solicitation titled "77367 - Fortify License Renewal." The procurement involves providing six units of the Fortify Scan Machine and six units of Fortify Content for Subscription, with an option for four additional years of the same quantities. This software is critical for ensuring high-performance computing capabilities within the military, emphasizing the importance of maintaining up-to-date security and compliance measures. Interested small businesses, particularly those owned by women or economically disadvantaged groups, are encouraged to reach out to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details, with the total contract value estimated at $47 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides detailed instructions for creating an Equipment List for government acquisitions, focusing specifically on software license renewals. It outlines essential information such as acquisition type, delivery schedules, shipping details, and the required line item structure. Key components include identifying the Alexsys and PRI numbers, the physical shipping address, and the manufacturer's details. It specifies whether the acquisition relates to service, supply, new software, or software renewal, requiring clear differentiation between new and renewing licenses. Additionally, the document underscores the importance of establishing proper Contract Line Item Numbers (CLINs) based on item characteristics, and emphasizes the need for adherence to delivery timelines post-contract award. The overall aim is to ensure a streamlined acquisition process without delays, making it crucial for federal compliance and efficient procurement. By providing guidance for accurately completing the Equipment List, this document is vital for organizations involved in government contracting and software acquisitions.
    The document outlines the solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically for the procurement of commercial products and services. It includes important details such as the requisition number, effective dates, contact information, item specifications, and the total award amount of $47 million. The solicitation is designated as a Request for Proposal (RFP), classified under the NAICS code 513210, which indicates the business size standard of $47 million. Key items sought include software licensing for the Fortify Scan Machine and related content. The contract stipulates a total small business set-aside, emphasizing the government's commitment to supporting small businesses, especially those owned by women and economically disadvantaged groups. Specifications regarding delivery, inspection, and payment processes are also provided, clarifying the responsibilities of both the contractor and the contracting officer throughout the acquisition process, thus ensuring compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WIPL-D Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division (NAWCAD), is seeking quotes for the maintenance renewal of WIPL-D Pro software licenses, essential for modeling and simulation of antennas and RF systems on naval platforms. The procurement includes various software licenses, including WIPL-D Pro DDS Solvers and a Linux Cluster license, with a focus on maintaining accurate computational electromagnetics modeling capabilities to meet operational demands. The contract period is set for one year, commencing on August 31, 2024, with quotes due by October 28, 2024, at 7:00 am Eastern Standard Time. Interested vendors must submit their proposals to the designated contacts, Michael Coffey and Roberta Nethercutt, via email, ensuring compliance with all specified requirements and certifications.
    FA8307_RFI_Ubuntu_Pro_Software_Alternatives
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information on alternative software licensing solutions to replace or supplement its current use of Ubuntu Pro licenses for Platform One (P1), which supports critical DevSecOps operations. The procurement aims to identify solutions that can efficiently facilitate software development, ensure compliance with standards such as FedRAMP and HIPAA, and provide real-time cost monitoring for Kubernetes resources, including tracking costs associated with AWS services. Interested vendors are encouraged to submit their responses using the provided RFI template, detailing alternative licensing options, pricing structures, and any additional features that may enhance productivity. Responses should be directed to Geoffrey Bender and Elijah Simmons via the specified email addresses, with no contract awards resulting from this RFI, as it serves solely to gather information for future procurement considerations.
    Tangible Security ProVisioner (ProV) Subscription
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 for further details.
    2024 Autodesk Yearly Maintenance Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking Autodesk Yearly Maintenance Software Support. This service is typically used for the annual renewal of Autodesk Software Maintenance to support previously purchased software licenses. The procurement will be awarded to DLT Solutions in Herndon, VA. The contract will be a Firm Fixed Price with a performance period of 12 months. Please note that this notice is not a request for quote and does not guarantee the release of future RFQs.
    FY25 Microsoft Dynamics Software Maintenance - Great Plains
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is soliciting proposals for the fiscal year 2025 renewal of Microsoft Dynamics Great Plains software maintenance. This procurement encompasses the maintenance and support of the Great Plains System, specifically for DFAS locations in Indianapolis and Texarkana, with an estimated total award amount of $47 million. The maintenance services are crucial for ensuring the operational efficiency of the financial software systems used by the government. Interested small businesses must submit their proposals by November 29, 2024, at 12 PM ET, and can reach out to Patrina James at patrina.l.james.civ@mail.mil or Eric Filion at eric.j.filion.civ@mail.mil for further information.
    Getac Laptops & SSDs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure custom Getac laptops and solid-state drives on a sole-source basis from Getac Inc., with competition among authorized distributors. The procurement includes 11 custom laptops and 8 solid-state drives, with strict requirements for new hardware from authorized suppliers, emphasizing features such as processor types, storage, and security measures, while prohibiting refurbished or gray market items. This contract is significant for supporting the Naval Mission Planning Systems and encourages participation from small businesses, including service-disabled veteran-owned and disadvantaged businesses. Interested parties must respond to Yvonne Stockwell via email by October 28, 2024, and ensure their registration in the System for Award Management (SAM) is active, as the solicitation will be posted on the Contract Opportunities website around October 17, 2024.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), is soliciting proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for military simulation and training applications. The contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. This initiative is vital for enhancing interoperability and supporting cloud-based software applications, thereby reducing costs and improving training efficiency for the Army and its partners. Interested offerors must submit their proposals by November 6, 2024, and can direct inquiries to Contract Specialists Naillil DeJesus and Demetria Carter via email.
    SADL-UP Fair Opportunity Proposal Request
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the SADL-UP Fair Opportunity Proposal Request. This procurement aims to acquire services related to the development and manufacturing of guided missile and space vehicle parts, as well as auxiliary equipment, under the NAICS code 336419. The goods and services sought are critical for national defense research and development, contributing to military experimental development efforts. Interested parties can find more details by logging into https://piee.eb.mil and searching for 'FA248724RB010'. For inquiries, contact Melissa Hoover at melissa.hoover.1@us.af.mil or 850-883-7456, or Natara Olbricht at natara.olbricht@us.af.mil or 757-764-2344.
    7D20 - HPE HU0R4AC and HU4D6AC for 3 systems
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking qualified resellers authorized by Hewlett Packard Enterprise (HPE) to provide specific commercial items under a total small business set-aside contract. The procurement includes two line items: HPE complete customer care started pack (part number HU0R4AC) and HPE complete customer care option defective media retention (part number HU4D6AC), each required for a duration of 12 months as detailed in the attached Performance Work Statement. These services are critical for maintaining operational efficiency and support for HPE systems within the Navy's IT infrastructure. Interested parties must respond to the solicitation (RFQ number N0060425Q4002) by contacting Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil, as no paper copies of the solicitation will be available.
    NSWCCD Tecplot Software
    Active
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking to procure four perpetual licenses for Tecplot Software, a critical tool for analyzing complex data in computational fluid dynamics (CFD) projects. This procurement is being conducted as a sole-source acquisition from Tecplot, Inc., as the software is uniquely suited to handle specific file formats essential for ongoing naval systems projects, including those related to unmanned underwater vehicles (UUVs) and submarines. Interested parties are invited to submit a capabilities statement by 12:00 PM EST on October 29, 2024, although this notice is not a request for competitive quotes. For further inquiries, contact Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil or by phone at 757-600-8579.