Sole Source Notice ESI North America, Inc. ProCAST Software
ID: 832571784Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to procure ProCast Casting Simulation Software on a sole-source basis from ESI North America, Inc. This procurement is essential for the Norfolk Naval Shipyard's operations, specifically for designing and simulating propeller castings, which are critical to the Navy's non-ferrous casting processes. The total estimated cost for this acquisition is $564,420, covering both the base year and an option year, with offers due by 11:00 AM on April 11, 2025. Interested parties may contact Betty Burris at betty.a.burris4.civ@mail.mil for further details and to express their interest in providing the software.

Files
Title
Posted
Apr 9, 2025, 5:09 PM UTC
The justification for other than full and open competition (OTFAOC) outlines the procurement of ProCAST Software Licenses for the Norfolk Naval Shipyard (NNSY) through a sole-source contract with ESI North America, Inc. The total estimated cost for this acquisition is $564,420, covering both the base year and an option year, with funds allocated from the Navy's fiscal budget. ProCAST software is essential for designing and simulating propeller castings, crucial for the Navy's non-ferrous casting operations. The software's proprietary nature and tailored adaptation for NNSY's specific needs substantiate the necessity of awarding the contract exclusively to the original equipment manufacturer. Market research confirmed no alternative products meet the government's stringent requirements. Disruption from using other software would incur additional training and operational delays. Key personnel from the contracting activity have certified the data and requirements, emphasizing the urgent need to maintain operational continuity for the Navy's casting process. This procurement highlights the government's focus on ensuring that specialized, high-stakes projects remain on track and effective through reliable software solutions.
Apr 9, 2025, 5:09 PM UTC
The document outlines the details of a Request for Proposal (RFP) for the acquisition of ProCast software systems as part of federal government contracting efforts. The RFP identifies key specifications including the solicitation number HC102825R0031, with offers due by 11:00 AM on April 11, 2025. The contract emphasizes obtaining ProCast Casting Simulation Software licenses with various optional components, maintenance levels, and specific material databases. It specifies the product's delivery addresses and outlines the conditions for inspecting and accepting delivered items. Additionally, the document highlights clauses regarding contractor obligations, representations, and certifications essential for compliance with federal contracting requirements. Special attention is given to the contractor’s ability to provide updates and maintain software, critical to the Government's operational requirements. The RFP also includes various provisions ensuring safety and compliance standards, which contractors must adhere to when submitting proposals. This document is instrumental in guiding service-disabled veteran-owned and small businesses in participating in federal projects, reflecting the government's commitment to inclusive contracting practices.
Mar 28, 2025, 3:06 PM UTC
The Defense Information Systems Agency (DISA) intends to negotiate a sole-source contract with ESI North America, Inc. for the ProCAST casting simulation software. This software simulates various phases of the casting process, is currently utilized on the Naval network, and is essential for producing specific military components like propellers and propulsors. ESI is the only source for this proprietary software, which has been in use for over a decade, necessitating the update to ensure continuity of operations. The planned contract falls under the authority of 10 USC 2304 (c) (1), allowing for competition limitations due to the exclusive capability of the vendor. Interested companies must submit a capability statement by April 4, 2025. Following the contract's prior single-source acquisition, the incumbent company is classified as a large business. The summary also mentions DISA’s home page for additional information on requirements and acquisition strategies. The context surrounds streamlined acquisition procedures for critical defense software in compliance with federal regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Special Notice
Similar Opportunities
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.
Solidworks PDM Installation & Training
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for the installation and training of SolidWorks PDM Professional software, a critical tool for managing CAD projects within the Department of Defense. This procurement is a brand-name only requirement, aimed at enhancing version control and work distribution for engineering projects related to ship and submarine design. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by April 23, 2025. Interested vendors should direct inquiries to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil, and the contract reflects a commitment to effective project management tools essential for the Naval surface warfare engineering community.
Total Small Business Set Aside Brand Name: 3DB LABS INC for Sceptre-10G-ITAR Software per Attachments
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for a firm fixed-price contract to procure brand name software from 3DB Labs Inc., specifically the Sceptre-10G-ITAR Software. The procurement includes software maintenance renewal and signal processing capabilities essential for maintaining compatibility with existing systems, with a total estimated value exceeding $25,000 but under $250,000. This acquisition is critical to avoid operational disruptions and ensure ongoing support for the Sceptre system, as market research indicates that alternative brands would not meet the agency's specific needs. Interested vendors must submit their quotes to Terra Roberts via email by the specified deadline, ensuring compliance with all outlined requirements, including the provision of a CAGE code and lead time for delivery.
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).
Monobloc Propeller Procurement
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking competitive bids for the procurement of U.S. Navy Propellers and Caps, specifically for ship classes including CVN, DDG, LHD, and LCC. This procurement aims to ensure the readiness and sustainability of U.S. naval capabilities by sourcing reliable parts, with specific annual quantities outlined for models such as CVN-77 and DDG-1000. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type, featuring a one-year base period and four option years, and will be awarded on an unrestricted basis, adhering to federal acquisition regulations. Interested parties can reach out to Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil or Heather Rhoads at heather.l.rhoads2.civ@us.navy.mil for further information, noting that a Sources Sought notice was issued on SAM.gov with responses due by December 6, 2024.
Sole Source to 3DB LABS INC for 1301247862 Sceptre-10G-ITAR Software per Attachments
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a sole source contract to 3DB Labs, Inc. for the renewal and maintenance of the SCEPTRE-10G-ITAR software, which is critical for signal processing capabilities. This procurement is essential as 3DB Labs, Inc. is the only provider capable of fulfilling these specific software needs without incurring significant training and data conversion costs associated with switching to alternative solutions. The estimated value of this acquisition exceeds $25,000, and interested vendors must submit their quotes along with supporting documents, including a capabilities statement and proof of past performance, by the specified deadline. For further inquiries, interested parties can contact Terra Roberts at terra.s.roberts.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil.
53--CASTER,SWIVEL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of swivel casters, specifically NSN 5340016960266, with a total quantity of 47 units required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with a guaranteed minimum quantity of 7 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
53--CASTER,SWIVEL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of swivel casters, specifically NSN 5340-01-137-9774, with a requirement for 36 units. These casters are essential components typically used in various military applications to facilitate mobility and maneuverability of equipment. Interested vendors are invited to submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for submissions is 149 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
CUTTER HAWSEPIPE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cutter Hawsepipe, which is critical for shipboard systems. The contract requires compliance with stringent quality assurance standards and involves the provision of specialized materials and components, including various parts that must meet specific military specifications and undergo rigorous testing and certification processes. This procurement is essential to ensure the reliability and safety of naval operations, as the materials involved are designated as special emphasis material due to their critical nature. Interested vendors should contact Markus A. Hamilton at 570-449-7909 or via email at MARKUS.A.HAMILTON.CIV@US.NAVY.MIL for further details, with the expectation of a contract award within the next year.
SLEEVES
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals from qualified small businesses for the procurement of specialized marine shaft sleeves, including a stern tube grounding device sleeve, aft propeller bearing sleeve, stern tube coupling cover sleeve, and propeller coupling cover sleeve. These components are critical for preventing wear and corrosion in naval applications and must be manufactured from nickel-copper alloy castings that comply with stringent military specifications and quality assurance standards. The anticipated contract value is approximately $391,210, with a delivery timeline of 36 weeks post-award. Interested parties should submit their proposals by 3:00 PM EDT on May 12, 2025, and direct all inquiries to Monica Richardson at monica.richardson@dla.mil.