CoreTechnologie brand 3D Kernel IO production license and maintenance
ID: N0016725Q0090Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure a one-year production license and maintenance services for CoreTechnologie brand 3D Kernel IO software. This procurement is a brand name, small business set-aside, aimed at fulfilling the unique requirements for converting and integrating 3D models across various CAD, CAE, and CAM systems, which are critical for the Navy’s shipbuilding programs. The contract period is set from June 1, 2025, to May 31, 2026, with quotes due by May 21, 2025, at 2:00 PM EST. Interested vendors should contact Lametria Smith at lametria.r.smith.civ@us.navy.mil or Barbaraann K Witz at barbaraann.k.witz.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The memorandum outlines a Sole Source/Brand Name Justification for an acquisition under the Simplified Acquisition Threshold (SAT) relating to the CT 3D-Kernel_IO software by CoreTechnologie. The justification is necessary as only one source meets the requirements for converting and integrating 3D models among various CAD, CAE, and CAM systems, with the anticipated contract period from June 1, 2025, to May 31, 2026. The document states that maintaining such a conversion tool is crucial due to the frequent updates from CAD manufacturers. The recommended product supports bi-directional file translation for major CAD vendors and is the only one equipped with the required math kernel. Additionally, the memorandum highlights that the purchase will provide the NSWCCD with an exclusive license for embedding the software within its own system, enabling seamless data importation from existing US Navy design systems. The justification emphasizes that the software's capabilities and support for multiple formats render it indispensable for the Navy’s shipbuilding programs while stressing the absence of competition in these acquisitions.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is releasing a combined solicitation for a one-year purchase order for a CoreTechnologie brand 3D Kernel IO production license and maintenance services. This request follows Simplified Acquisition Procedures and is a brand name small business set-aside, with a deadline for quotes on May 21, 2025, at 2:00 PM EST. Organizations must submit a capabilities statement if they can offer an equivalent item. The primary evaluation criteria include technical capability and price, with the award being made to the bidder whose offer is most advantageous to the Government. Included in the solicitation are essential contract terms and conditions under the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The successful bidder must ensure timely delivery and compliance with specified requirements, with inspection and acceptance occurring at the government destination. A detailed breakdown of clauses relevant to contract execution, payment instructions, and technical specifications is also provided, underscoring the rigorous processes involved in federal procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    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.
    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.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Redgate SQL Toolbelt
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for a firm-fixed-price contract for a Redgate SQL Toolbelt Subscription for fiscal year 2026. The procurement is specifically for brand name software, and interested offerors must provide detailed technical information, including a published price list and compliance with federal regulations, as part of their submission. The Redgate SQL Toolbelt is essential for database management and development, ensuring efficient operations within the Navy's IT framework. Quotes must be submitted via email to Benjamin Flores by 12:00 PM on December 17, 2025, with a requested delivery date of January 6, 2026.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    ASTM Compass Subscription Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to renew its subscription to ASTM Compass, a critical resource for accessing ASTM technical standards. This procurement is a sole source contract intended to maintain uninterrupted access to essential services utilized by Warfare Center Research Commons users at NUWC Newport and NSWC Carderock, with the subscription renewal also extending to a new location at NSWC Division Corona. Interested vendors must submit their quotes by November 7, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. The contract will cover the period from January 1, 2026, to December 31, 2026.
    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.
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from authorized distributors or resellers for Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside procurement. The contract aims to acquire specific brand-name thrusters, as only Tecnova Advanced Systems can meet the government's stringent requirements without necessitating costly modifications to existing systems. This procurement is crucial for maintaining operational efficiency and part interchangeability within the Navy's underwater vehicle programs. Interested vendors must submit their quotes by December 17, 2025, at 11:00 a.m. Central Time, and can direct inquiries to Terra Roberts at terra.s.roberts.civ@us.navy.mil, with the total acquisition value expected to be under $350,000.