Sole Source to The Mathworks, Inc. for Mathworks Software products
ID: N61331-25-T-JC14Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Panama City Division (NSWC PCD), intends to award a sole source contract to The Mathworks, Inc. for the procurement of MathWorks software products, including MATLAB and Simulink. This acquisition is essential as the software is currently utilized by project personnel, and transitioning to alternative software would result in significant retraining costs and project delays, thereby introducing unacceptable risks. The contract will be executed under a firm fixed price using simplified acquisition procedures, with a submission deadline for offers set for April 8, 2025, at 2:30 PM. Interested parties may contact Jessica Clark at Jessica.D.Clark27.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines a sole source justification for procuring MathWorks software products by the Naval Surface Warfare Center Panama City Division (NSWC PCD) under a firm fixed price contract. The required licenses include various MathWorks products, such as MATLAB, Simulink, and associated toolboxes, essential for current project personnel. It emphasizes that MathWorks, Inc. is the sole provider of these software products in North America, and switching to alternate software would incur significant retraining costs and project delays. The contracting officer determined that this acquisition aligns with best value principles, as no other vendors can fulfill the agency’s needs. The justification is supported by market research indicating that MathWorks is the only source that meets all requirements. Additionally, the acquisition will be announced in the government’s point of entry. Overall, this memorandum solidifies the basis for a sole source contract, demonstrating adherence to federal acquisition regulations.
    This document outlines the contract stipulations for a federal procurement, primarily focused on the Navy's use of support contractors for managing official contract files. It details the delivery and performance terms, including FOB destination conditions, electronic invoicing protocols, and various mandatory contract clauses to ensure compliance with federal regulations. The document emphasizes the safeguarding of sensitive information, requiring support contractors to maintain confidentiality and prohibiting them from competing for Navy contracts for three years after service completion. It also defines the roles of contracting officers, representatives, and technical points of contact, outlining responsibilities for contract administration and compliance with federal labor standards. Furthermore, it highlights operational schedules, including holiday observance and contractor charging practices during government closures. This comprehensive framework is vital for ensuring the integrity and efficiency of contract execution, reflecting the government's strict adherence to ethical standards and regulations in procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    QFS SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price Purchase Order on a sole source basis to Real-Time Innovations, Inc. (RTI) for the procurement of commercial software licenses and support products. The specific requirement includes four licenses for the RTI Connext DDS Secure, Developer Subscription (25-99), which is critical for ensuring secure data distribution in various defense applications. Interested vendors are encouraged to submit quotations demonstrating their capability to meet the government's needs, although the procurement is primarily directed at RTI under FAR 13.106-1(b). For further inquiries, interested parties can contact Jerome Abaya at jerome.d.abaya.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to participate.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    BRAND NAME SOLE SOURCE – ANSYS STK LICENSE/MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a brand name sole source license and maintenance for ANSYS STK software. This procurement is justified under the notice type "Justification" and falls within the IT and Telecom sector, specifically for business application software with a PSC code of 7A21. The ANSYS STK software is critical for various defense applications, providing essential capabilities for modeling and simulation. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.