Intent to Award Sole Source - MTS Software
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEAIR FORCE RESEARCH LABORATORY

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Defense, specifically the Air Force Research Laboratory, intends to award a sole-source contract for MTS TestSuite Software Support to MTS Systems Corporation. This procurement involves a firm-fixed-price order for 12 months of software support, which includes multiple licenses for various MTS TestSuite products, starting January 1, 2026. The software support is critical for maintaining the functionality of existing MTS test frames used for component and coupon testing, as MTS is the only authorized provider compatible with the laboratory's significant investment in MTS hardware and software. Interested parties may submit capability statements to Stephen Wenclewicz via email by December 22, 2025, at 11:00 PM EST, for consideration in a potential competitive procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided Bill of Materials (BOM) outlines software and technical support renewals for AFRL/RQ 26-CSRD-EAST-111, with a period of performance from January 1, 2026, to December 31, 2027. The customer declined onsite services. The renewal includes one-year software support plans for MTS TestSuite Multipurpose Elite, MTS TestSuite TW Elite - EM, and 793 Software with MPT. Specifically, the renewal covers 15 licenses for Test Suite MPE, 2 for Test Suite TWE Elite - EM, and 4 for 793 w/MPT Controller software FTXX products. This document, likely part of a federal government RFP or grant, details the essential software maintenance and support required for critical operational systems.
    The United States Air Force intends to award a sole-source, firm-fixed-price order to MTS for 12 months of MTS TestSuite Software Support, starting January 1, 2026. This requirement includes 15 Software Support Plan (SSP) Year 1 for Multipurpose Elite, 2 for TW Elite – EM, and 4 for 793 Software with MPT. While this is not a competitive request, responsible sources may submit capability statements within 5 days of the notice for the government to consider whether to conduct a competitive procurement. Submissions should include company information (points of contact, business size, socioeconomic status, CAGE/DUNS), address how products meet specified characteristics, be unclassified, and are limited to 10 pages, due via email to Stephen J. Wenclewicz by December 22, 2025, 11:00 PM EST.
    This document is a Single Source Justification for a simplified acquisition by AFRL/PZLET for MTS TestSuite Software Support. The Air Force Research Laboratory (AFRL/RQVV FIRST lab) requires software support for their existing MTS Systems Corporation test frames, which are used for component and coupon testing. The justification states that MTS Systems Corporation is the only known source for the required software products, as they are the sole authorized provider compatible with the lab's significant investment in MTS hardware and software. Market research confirmed no alternative vendors, and MTS has an exclusivity letter. AFRL/RQVV will continue to research commercially available alternatives for future needs, but the contracting officer determined that only MTS Systems Corporation is reasonably available for this contract action.
    Lifecycle
    Title
    Type
    Special Notice
    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.
    AFRL/RY MATLAB Enterprise License
    Dept Of Defense
    The Department of Defense, through the Air Force Research Lab (AFRL), intends to award a single-source contract for a MATLAB Enterprise License to MathWorks. This procurement aims to secure a comprehensive licensing agreement for MATLAB software, which is critical for various research and development projects within the Air Force. The contract will cover three separate one-year license periods, starting from January 1, 2026, through December 31, 2028, ensuring continued access to essential software tools. Interested parties may submit responses or inquiries to Stephen Sheets at stephen.sheets@us.af.mil by December 24, 2025, at 12:00 PM Eastern Time, adhering to specified email guidelines to ensure proper delivery.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    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.
    Parraid Software for Flight Test Support
    Dept Of Defense
    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.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    Notice of Intent to Sole Source: Automatic Wire Test Sets (AWTS)(P/N: 100000-02)
    General Services Administration
    The General Services Administration (GSA) intends to award a sole source firm-fixed price contract for the Automatic Wire Test Sets (AWTS) -02 configuration (P/N: 100000-02) to Eclypse International on behalf of the United States Naval Air Systems Command (NAVAIR). This procurement is for a DOD-approved, portable, and environmentally sealed test set designed for wire and harness system maintenance across various defense platforms, featuring advanced capabilities such as a fully programmable measurement system and extensive test point options. Interested parties that believe they can meet the requirements are encouraged to submit evidence of their capabilities by December 30, 2025, to the primary contact, Davy Nix, at davy.nix@gsa.gov, or the secondary contact, Phil Cleveland, at phillip.cleveland@gsa.gov, as this notice is not a request for competitive quotes.
    Intent to Award Sole Source AMS
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a sole-source Firm-Fixed-Price Purchase Order to the American Mathematical Society (AMS) for access to MathSciNet, covering the period from January 1, 2026, to December 31, 2026, with two additional option years. This procurement is justified under FAR 13.106-1(b)(1)(i) and aims to provide essential online access to mathematical literature and research resources, which are critical for the Air Force's operational and research needs. Interested parties are invited to submit capability statements demonstrating how their offerings meet specific product characteristics, including full-text access and advanced search functionalities, with responses due by December 20, 2025, at 12:00 PM EST. For further inquiries, interested vendors may contact Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil or Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil.
    Brand Name - Mathworks LicenseRenewals
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.