MRTS & VISIT 3D Unity Software License
ID: N6134025P0048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

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

    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for the procurement of Unity software licenses to support its MRTS and VISIT 3D programs. The contract requires the acquisition of twelve Unity Industry Software subscriptions, with the contractor responsible for ensuring compliance and timely delivery, as outlined in the Statement of Work (SOW). This software is crucial for maintaining high standards in military training technologies, facilitating ongoing development and maintenance training. Interested small businesses must submit their quotes by August 12, 2025, with the award based on the lowest price technically accepted, and delivery of the software expected electronically by September 26, 2025. For further inquiries, contact Angelisha Kirkland at angelisha.r.kirkland.civ@us.navy.mil or Pablo Barbatto at pablo.n.barbatto.civ@us.navy.mil.

    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for commercial items, specifically for the procurement of a Firm-Fixed-Price (FFP) purchase order for a Unity Industry Software Subscription. It falls under Request for Proposal (RFP) N6134025P0048, categorized as a 100% small business set-aside with a NAICS code of 513210. Quotes are requested, with a submission deadline of August 12, 2025. The award will be based on the lowest price technically accepted, with requirements for small business registration and compliance with delivery dates and item specifications. Delivery of the software is expected electronically by September 26, 2025, to designated contacts. The document details various clauses and provisions integral to the contract, including those addressing telecommunication services, contractor compliance, and small business obligations. It underscores the government’s commitment to engaging small businesses while ensuring compliance with federal acquisition regulations and standards.
    The document serves as a Statement of Work (SOW) for the procurement of Unity software licenses to support the Naval Air Warfare Center’s MRTS and VISIT 3D programs. The SOW outlines the requirements for acquiring software subscriptions, specifically detailing the responsibilities of the contractor in ensuring compliance and timely delivery. The contractor must procure twelve Unity Industry Software subscriptions, provide a status report to the government, and coordinate all procurement and delivery activities with designated points of contact. The document specifies that no alternatives to the listed software can be procured without prior government authorization. Additionally, original equipment manufacturer documentation is required upon delivery. The overall aim is to facilitate ongoing development and maintenance training through adequate software resources, reflecting the government’s commitment to maintaining high standards in military training technologies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Citrix Software Application
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding in Newport News, Virginia, is seeking bids for the renewal of Citrix software applications, including CITRIX Xen Desktop. This procurement is a 100% Small Business set-aside for a Firm Fixed Price contract, requiring the acquisition of 590 units of Citrix Universal Hybrid Multi-Cloud Government and 590 units of Citrix US 24/7 Support, both of which are brand-name-only products. The Citrix software is crucial for the operational efficiency of the U.S. Navy, ensuring reliable access to applications and support services. Bids are due by December 9, 2025, at 4:30 PM EST, with questions accepted until December 5, 2025; interested parties can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further information.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Parraid Software for Flight Test Support
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    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.
    Program Manager Wargaming Capabilities - Software
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps Program Manager Wargaming Capability (PM WGC), is seeking advanced software solutions for wargaming capabilities to support comprehensive military simulations. The objective is to develop a modular, open-architecture wargaming system that can execute end-to-end workflows—including planning, design, execution, data capture, analysis, and reporting—within a secure Azure cloud environment, addressing all levels of war and various warfighting domains. This initiative is crucial for enhancing military operational planning and analysis through sophisticated simulations. Interested vendors must submit an executive summary detailing their capabilities and technical approaches by January 30, 2026, and can engage further at the 2025 I/ITSEC conference. For inquiries, contact Victoria Downing at victoria.downing@usmc.mil or 703-784-1807.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Recur LINK-16 BOSS SW Support Platinum
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, intends to procure LINK-16 BOSS Software Support Platinum Renewal on a sole-source basis from Curtiss-Wright Defense Solutions. This procurement involves the renewal of an existing maintenance and support subscription, which is critical for the operational capabilities of military communications systems. Interested firms that believe they can fulfill this requirement are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of the notice publication. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    Signal Studios License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a "Signal Studio for MESG" along with a 12-month "Transportable KeysightCare software support subscription." This procurement is a Total Small Business Set-Aside and aims to acquire specialized software and support services essential for measuring and testing electrical signals. Interested vendors must provide brand name or equivalent items, ensuring compliance with OEM warranty and service requirements, with all submissions due via email to Elizabeth Harley by the specified deadline. For further inquiries, vendors can reach out to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil or by phone at 202-923-1249.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.