25-SIMACQ-D20-0001 SMART License
ID: N63394Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking quotes from small businesses for the procurement of five Supportability Management Assessment Report Tool (SMART) AWS Multi-Program Licenses. The licenses are intended to enhance decision-making and productivity related to the AEGIS Weapon System, with a delivery timeline of four weeks post-award, covering the period from October 1, 2025, to September 30, 2030. This procurement is crucial for modernizing operational tools and ensuring effective life cycle management within the defense sector. Interested vendors should submit their quotes, including administrative information and a price breakdown, to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil, with submissions valid for at least 60 days.

    Files
    Title
    Posted
    The document pertains to the Solicitation Q&A for the SMART License (Solicitation Number: 25-SIMACQ-D20-0001). It addresses key inquiries about the pricing structure and cost components associated with the SMART license used in conjunction with the AEGIS Weapon System. The primary pricing factor is linked to specific AEGIS platform services, with additional expenses anticipated for labor and direct costs beyond the license fee. The SMART tool, described as a robust DMSMS Management solution, offers a web-based platform that facilitates efficient data analysis and informed decision-making through its Closed Looped Decision Support Process. It aims to enhance productivity and optimize decision-making regarding program supportability, encompassing all critical aspects necessary for effective life cycle management. This document serves to clarify the functionalities and pricing of the SMART license, critical within the context of government RFPs and federal funding allocations, ensuring potential contractors and stakeholders have a clear understanding of requirements and associated costs.
    The document outlines a combined synopsis and solicitation for the procurement of Supportability Management Assessment Report Tool (SMART) AWS Multi-Program Licenses by the Naval Surface Warfare Center, Port Hueneme Division. The solicitation targets small businesses and invites quotes for a total of five licenses, covering the period from October 1, 2025, to September 30, 2030, requiring delivery within four weeks of award. Submissions must include vendor administrative information, a price breakdown, and a statement of quote validity for at least 60 days. Evaluation criteria emphasize price, technical capability, and past performance, with a focus on the lowest priced, technically acceptable offers. The document also includes various Federal Acquisition Regulation (FAR) clauses relevant to the solicitation, emphasizing compliance with laws and standards applicable to commercial products. This solicitation represents the government’s effort to modernize operational tools while encouraging participation from small businesses in line with federal contracting goals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BRAND NAME COMMVAULT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of Commvault software under a brand-name only requirement. This acquisition is intended to support the SRF Japan and will be negotiated on a firm, fixed-price basis, with a total small business set-aside as per FAR 19.5, allowing only authorized small business distributors to participate. The procurement emphasizes the importance of compliance with technical specifications and mandatory clauses, including adherence to the Buy American Act, and requires submission of an Authorized Distributor letter from the OEM. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Ferbien Encomienda at ferbien.o.encomienda.civ@us.navy.mil or by phone at 360-476-7587.
    Jira Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.
    IBM Rational DOORS Engineering Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, designated under solicitation number N6449825Q5053. The contract aims to acquire 18 units of the IBM Engineering Requirements Management DOORS Family floating software to enhance requirements management capabilities within engineering projects, ensuring compliance with federal regulations and standards. This software is critical for optimizing requirements communication, collaboration, and verification, thereby streamlining project efficiency. Responses are due by 3:00 PM on March 18, 2025, with the delivery period set from April 1, 2025, to March 31, 2026. Interested vendors, particularly small businesses including service-disabled veteran-owned, HUBZone, and women-owned enterprises, should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    EPLAN software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to EPLAN LLC for the provision of ECAD software and related training services. This procurement is necessitated by the exclusive intellectual property rights held by EPLAN, which restrict the ability to source these goods and services from other vendors. The contract will be a firm fixed price agreement, and interested parties are invited to express their capabilities by March 14, 2025, at 9 AM EST, with responses directed to Sharon Cooper at sharon.cooper@navy.mil. Vendors must be registered in the System for Award Management (SAM) to be considered.
    IBM Rational DOORS Engineering Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, focusing on a subscription and support renewal for 18 units. This solicitation emphasizes compliance with federal acquisition regulations, including adherence to electronic and information technology accessibility standards, and mandates that the software be free from security threats while meeting the standards set by the National Institute of Standards and Technology (NIST). The contract aims to ensure the acquisition of commercial products that meet strict performance and accountability requirements, with an offer due date of March 18, 2025. Interested vendors can reach out to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further information.
    Apex Ada v4.4 & v5.0
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVAIR office, is seeking proposals for the procurement and maintenance of PTC Apex Ada software versions 4.4 and 5.0, which are critical for the Mission Software Fleet Support Team (MSFST) in supporting the MH60RS software. The selected vendor will be responsible for providing current license files, ongoing technical support, and necessary software revisions or patches over a one-year contract period. This software is essential for maintaining operational efficiency in defense systems, ensuring that the government personnel have access to the latest updates and support. Interested parties should contact Sean Quigley at sean.s.quigley.civ@us.navy.mil or Amanda Taylor at amanda.j.taylor80.civ@us.navy.mil for further details regarding the proposal submission process.
    RAPID_MAC_FORECAST_JULY_2024
    Buyer not available
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    99--SUPPORT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the procurement of a spare part from The Boeing Company. The specific requirement involves the acquisition of one unit of the aircraft support item with part number 74A734130-2011, which is critical for operational readiness, and is only available from the Original Equipment Manufacturer (OEM). This procurement is governed by the provisions of FAR Part 15, with a contract duration of one year, and is not set aside for small businesses. Interested parties must submit their capability statements to Jessica M. Gershenfeld at jessica.m.gershenfeld.civ@us.navy.mil within 15 days of this notice, with the solicitation expected to be issued on March 25, 2025, and proposals due by April 25, 2025.