CMPRO Software
ID: N0016725Q1023Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This sole-source solicitation is justified under FAR 6.302-1(a)(2)(ii), as PMA is the only provider of the required software, with no alternatives available in the market. The intended purchase will be awarded as a firm fixed-price order utilizing Simplified Acquisition Procedures, categorized under NAICS code 513210, with a business size of $47 million. Interested parties can express their interest by submitting a capabilities statement by 11:59 AM on April 15, 2025. Although this notice does not constitute a request for competitive proposals, the government will consider responses to assess the possibility of competitive procurement. Direct inquiries regarding this solicitation can be made to Michael Bonaiuto via email. The document exemplifies the procedural steps of government contracting, particularly in the context of procuring specialized software where competition is limited.
Apr 8, 2025, 6:05 PM UTC
The document outlines a government solicitation for the procurement of various CMPRO software support services. Specifically, it details the items required, including standard product maintenance, bronze level product support, custom forms/screens, custom report support, and usage support. Each item has a specified quantity and firm fixed price arrangement. Delivery is requested to NSWC Carderock in Bethesda, MD, with a due date of April 30, 2025. The solicitation incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with legal obligations regarding procurement and service delivery. Key stipulations include inspection procedures, invoicing through Wide Area Workflow (WAWF), and adherence to cybersecurity and safety measures. The overall purpose of this document is to facilitate a structured procurement process to ensure that the government receives the necessary software services while maintaining compliance with applicable regulations and standards. This detailed framework supports efficient contract execution and management, essential in federal procurement practices.
Apr 8, 2025, 6:05 PM UTC
This memorandum outlines the justification for a sole source acquisition for Configuration Management Professional (CMPRO) Standard Product Maintenance by the NSWCCD, adhering to the Simplified Acquisition Threshold (SAT) guidelines as stated in FAR 13.106. The sole source designation is warranted because CMPRO, developed and managed by Professional Systems Associates, Inc. (PSA), is the only tool that meets specific cybersecurity and operational requirements for the Navy's Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. Market research identified that other comparable tools, while capable, lack the necessary authority to operate within the required cybersecurity framework. Furthermore, transitioning to another Configuration Management tool would substantially increase costs and staffing needs, exceeding the budget and complicating agile acquisition processes. The memorandum concludes that CMPRO's active ATO and exclusive customization capabilities justify the decision to proceed with a sole source acquisition under the simplified procurement rules.
Lifecycle
Title
Type
CMPRO Software
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Configuration Management Professional (CMPro) User Licenses
Buyer not available
The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking information from qualified vendors for the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This procurement involves a web-hosted Software as a Service (SaaS) implementation of CMPro licenses, which are essential for asset management in compliance with regulatory and quality requirements within the Department of Defense. The contract is expected to last for 12 months, with options for renewal over four additional years, and responses to the Request for Information (RFI) are due by May 2, 2025. Interested vendors should contact Porchia Locke at porchia.y.locke.civ@us.navy.mil for further details and guidance on submitting their capability statements.
SonarQube Enterprise Edition
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the SonarQube Enterprise Edition 1M P/N SONARQUBE to support the establishment of the Collaborative Software Support Activity (CSSA). This procurement will be conducted on a sole source basis from Carahsoft Technology Corp, as they are the only authorized distributor capable of meeting the government's specific requirements due to their proprietary data and technical capabilities. The contract will be a firm-fixed price agreement, and interested parties may submit capability statements or proposals for consideration, although this notice is not a request for competitive proposals. Responses must be submitted by May 10, 2025, at 14:00 PM EDT, and inquiries can be directed to Ms. Zaib Nageeb at zaib.nageeb.civ@us.navy.mil.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
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.
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.
SEER-SEM Software Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure the renewal of SEER-SEM Software on a sole-source basis from Galorath Incorporated. This proprietary software is critical for various defense applications, and the procurement will not be open to competitive proposals; however, firms that believe they can meet the requirement are encouraged to submit a capability statement. Interested parties must respond within five days of the notice publication and ensure they are registered in the System for Award Management (SAM) database, as an active registration is necessary for contract award. For further inquiries, contact Donell Sims at donell.e.duenassims.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
SciTools Understand License Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of licenses for SciTools Understand software on a sole-source basis from Emenda USA. The procurement includes 20 units of UND-LAB20-SUB, 4 units of UND-LAB-RESET, and 5 units of UND-NL-SUB, as Emenda USA is the sole authorized distributor for Scientific Toolworks Inc. in North America. This software is critical for various defense-related applications, ensuring quality and reliability in software development and analysis. Interested firms that believe they can meet the requirements must submit a capability statement to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil within five days of this notice, referencing solicitation number N6893625Q5053. All interested parties must also be registered in the System for Award Management (SAM) database to be eligible for contract award.
SOLE SOURCE –REMOVEABLE STORAGE MODULE
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure removable storage modules from SMART High Reliability Solutions LLC through a sole source contract. This procurement is essential for enhancing the technological capabilities of the Navy's storage solutions, as the vendor possesses proprietary data critical to the project. Interested vendors are encouraged to submit capability statements, although the government retains discretion over the competitive procurement process. The solicitation is set to be issued on April 23, 2025, with a closing date of May 2, 2025, at 4:00 PM Eastern Time. For further inquiries, interested parties may contact Angela Westfall at angela.d.westfall.civ@us.navy.mil.
Spatial Analyzer- Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to gather information on vendors capable of providing Spatial Analyzer Ultimate Software Maintenance Agreements (SMA) and new licenses. This procurement aims to assess the market for software maintenance and licensing options, emphasizing the importance of these services in supporting operational capabilities. Interested vendors are invited to submit their company information, product capabilities, estimated costs, and feedback on delivery feasibility by 3:00 PM Pacific Time on April 28, 2025. For further inquiries, vendors can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.carpenter1@navy.mil.
Purchase VGStudio software maintenance
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC-IHD), intends to award a sole-source contract for the renewal of VGStudio MAX software maintenance to VCloud Tech. This procurement aims to secure comprehensive software maintenance services, including phone and email support for two instances of the software, along with downloadable updates for a minimum of 12 months, ensuring compatibility with Microsoft Windows 10 and 11 without requiring hardware changes. The maintenance is crucial for supporting nondestructive evaluation (NDE) activities while adhering to federal security requirements, as all services must be accessible without direct internet connection. Interested parties must submit their capabilities by April 25, 2024, at 10 AM (EST) to Nicole Coleman via email at nicole.coleman@navy.mil, and must be registered in the System for Award Management (SAM).