SeaSpace TeraScan Software Maintenance Subscription Renewals for Fleet Numerical Meteorology and Oceanography Center (FNMOC)
ID: N0060426Q4000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking proposals for the renewal of the SeaSpace TeraScan Software Maintenance Subscription for the Fleet Numerical Meteorology and Oceanography Center (FNMOC). This renewal is critical for maintaining the Navy's Environmental Satellite Receiver Program (ESRP), which processes and displays meteorological satellite data essential for global atmospheric and oceanographic analysis in support of military operations. The contract, identified by RFQ number N0060426Q4000, requires delivery of the software maintenance subscription by December 1, 2025, and is set for a twelve-month period extending through November 30, 2026. Interested vendors must contact Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil for further details and to ensure compliance with the necessary registration in the System for Award Management (SAM).

    Point(s) of Contact
    Troy Wong 808-473-7532 troy.r.wong2.civ@us.navy.mil
    (808) 473-7532
    troy.r.wong2.civ@us.navy.mil
    Files
    Title
    Posted
    This document outlines requirements for proposals related to technical representation and distribution for a government entity, likely within the context of federal grants or RFPs. It details specifications for products that must be manufactured by a specific company and be essential to the government's requirements, emphasizing that no similar products should exist in the commercial market. The document requests detailed information on the proposed product, its manufacturer, and market research demonstrating the uniqueness and necessity of the product for the government's needs. It also addresses the importance of the proposed services being distinct and comprehensive, ensuring fair consideration for all bids. The file includes specific dates for required deliverables and stresses the importance of accurate and complete information in all submissions. It highlights the need for proposals to address the impact on missions if the specified requirements are not met, reinforcing the critical nature of the requested products and services for government operations.
    This government file, document number N0060426Q4000, outlines various clauses incorporated by reference and in full text, primarily focusing on Department of Defense (DoD) acquisition regulations. Key areas include requirements for former DoD officials' compensation, whistleblower rights, safeguarding defense information, prohibition on covered defense telecommunications equipment, NIST SP 800-171 assessment requirements, and restrictions on certain procurements from the Xinjiang Uyghur Autonomous Region. It also details
    The Fleet Numerical Meteorology and Oceanography Center (FNMOC) requires a twelve-month renewal of its SeaSpace TeraScan Software Maintenance Subscription. This proprietary software is essential for the Navy's Environmental Satellite Receiver Program (ESRP), enabling the ingestion, processing, and display of meteorological satellite data from polar and geostationary assets. The renewal, covering December 1, 2025, to November 30, 2026, includes base licenses and support for multiple TeraScan and Capture systems across various high-performance computing clusters located at FNMOC in Monterey, CA. The software is critical for FNMOC's mission to provide global atmospheric and oceanographic data in support of strategic and tactical warfare and peacekeeping initiatives.
    Similar Opportunities
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.
    ASTM Compass Subscription Renewal
    Buyer not available
    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.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    DATA SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Notice of Intent to Sole Source to ORBCOMM, INC.
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to ORBCOMM, INC / DBA ORBCOMM AIS LLC for satellite and terrestrial Automated Information System (AIS) data subscriptions. This procurement is critical as the Foreign Military Sales (FMS) Letters of Offer and Acceptance (LOAs) for participating nations designate ORBCOMM as the required data provider, making compliance essential to avoid breaches of contract. Interested parties who believe they can meet the requirements are encouraged to express their interest and capabilities by emailing Corbin Walters at Corbin.C.Walters.civ@us.navy.mil by December 10, 2025, at 1300 PST. All vendors must be registered with the System for Award Management (SAM) to be eligible for consideration.