Notice of Intent to Sole Source Lynx OS 7.0 Software Support
ID: N68520-25-SIMACQ-KN00000-0207Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.

Point(s) of Contact
Files
Title
Posted
The document outlines guidelines for selecting and justifying procurement methods in government contracts, particularly concerning products from Original Equipment Manufacturers (OEMs). It specifies options for documenting requests for proposals (RFPs), including choosing between brand-name products, "brand-name or equal" alternatives, or directing awards to sole-source 8(a) contractors. The rationale must detail why the selected product is essential and support claims with evidence, such as licensing agreements or comparative market research. The requirement emphasizes the need for support for LynxOS 7.0, detailing expectations for licensing options to ensure compliance with network installations. It concludes with the necessity for proper certifications by the requiring activity and contracting officer, asserting the accuracy of the information provided. This summary serves as part of the procedural framework governing federal acquisitions, emphasizing transparency and justification in procurement choices.
Apr 10, 2025, 2:06 PM UTC
The document outlines the Statement of Work for procuring Premium Support for LynxOS 7.0 related to the Mission Software Fleet Support Team (MSFST) handling software for the MH60RS operational requirements. The vendor must provide software support, including necessary licenses and updates throughout the service period, which lasts one year from the purchase order's effective date. Key requirements include delivering new license files via email or download, software updates, and patches, along with telephonic and email technical support during business hours. The contractor is prohibited from making any software customizations or alterations. Payment for services will be processed through the Wide Area Workflow (WAWF), with specific contacts assigned for invoicing and support. Additionally, any issues arising during the contract performance must be escalated to the Contracting Officer for resolution. This document is essential within the context of federal collaborations, emphasizing compliance with specific regulations and ensuring uninterrupted software support for mission-critical operations.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
NOTICE OF INTENT
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to COMSOL, Inc. for the annual renewal of COMSOL Multiphysics software licenses for the Naval Postgraduate School. This proprietary software is essential for simultaneous modeling of various phenomena, including mechanical, electrical, and thermal systems, particularly focusing on micro-electro-mechanical systems (MEMS), and is utilized across multiple academic departments and curricula at the institution. Interested vendors must submit a capability statement by May 1, 2025, to demonstrate their ability to provide the required licenses, with the anticipated award date set for on or before May 24, 2025. For further inquiries, contact Brenna Bronder at brenna.m.bronder.civ@us.navy.mil.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
LM RMS DALO Hot Desk Support
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to Lockheed Martin Rotary and Mission Systems (LM RMS) for Hot Desk support related to the Denmark Acquisition and Logistics Organisation (DALO) program for the (MH)-60R operational aircraft. This procurement aims to secure unique reach back support for the DALO MH-60 platform, which is critical for maintaining operational readiness and efficiency of the aircraft. The contract is projected to span from June 2025 through June 2030 and will be awarded on a sole source basis, as LM RMS is the only entity with the necessary expertise and resources to fulfill the requirements. Interested parties can direct inquiries to Shannon Wallace or Lynn E. Fletcher via their provided email addresses, and subcontracting questions should be directed to Megan Robinson at Lockheed Martin.
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.
iPreflight Genesis Software Licenses
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.
MH-60 Gen 5i- Mission Computer (MC) Buy
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with Lockheed Martin Rotary and Mission Systems (RMS) for the procurement of 44 Gen 5i Mission Computers, with 30 units designated for the United States Navy and 14 for Foreign Military Sales. This procurement is critical for the operational capabilities of the MH-60R and MH-60S aircraft, as Lockheed Martin is the sole designer and manufacturer with the necessary expertise and resources to fulfill this requirement. The projected delivery timeline for these mission computers spans from September 2028 to June 2030, with the place of performance located in Owego, New York. Interested parties may direct inquiries to Heidi Daly or Amber Yurko via the provided email addresses, and subcontracting questions can be addressed to Ms. Ana G. Medina or Megan Robinson.