FEMAP Software Licenses
ID: N0016725Q1080Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Siemens FEMAP Software licenses under a combined synopsis/solicitation. This procurement aims to renew licenses for 14 FEMAP Software Maintenance Bundles, ensuring ongoing software upgrades and support for various naval organizations until July 30, 2026. The maintenance licenses are critical for maintaining operational efficiency and software integrity within naval research and development sectors. Interested small businesses must submit their quotes and capabilities statements by July 2, 2025, with all inquiries directed to Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil. The contract will be awarded based on a lowest price technically acceptable evaluation process, with a business size standard of $47 million under NAICS code 513210.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for the procurement of Siemens FEMAP Software by the Naval Surface Warfare Center Carderock Division (NSWCCD). The government seeks to establish a firm fixed price contract using simplified acquisition procedures. This RFQ (N0016725Q1080) is a brand-name, small business set-aside, making use of the NAICS code 513210, with a business size standard of $47 million. Interested parties must submit their capabilities statements by July 2, 2025, with quotes due the same day. Evaluation of quotes will prioritize technical capability and price, with a lowest price technically acceptable (LPTA) approach. The document specifies delivery dates, inspection sites, and contract clauses. Furthermore, it emphasizes that only specified brand-name products will be considered, underlining the need for all parts to match the original manufacturer’s specifications to ensure compatibility. Overall, this solicitation reflects the government’s intent to procure specific software while encouraging small business participation and adherence to federal procurement regulations.
    The memorandum outlines a Sole Source/Brand Name Justification for the acquisition of a one-year license renewal for FEMAP Software Maintenance Bundle licenses under the Simplified Acquisition Threshold (SAT). As per FAR regulations, only one source will be solicited due to the specific compatibility requirements of FEMAP software with its maintenance bundle, which is exclusively available from the original equipment manufacturer, Siemens Digital Industries Software. The memorandum details that purchasing maintenance from another software brand would necessitate obtaining new licenses, thereby making it impractical. The contract is intended to ensure the continued delivery of software upgrades and bug fixes until July 30, 2026. This justification is guided by the necessity for proprietary rights and exclusive licensing agreements, emphasizing that only the OEM's licenses can fulfill the software’s operational needs for existing licenses previously acquired under a competitive procurement. The document underscores compliance with the federal guidelines governing limited competition procurements aimed at supporting operational efficiency and software integrity within government acquisitions.
    The document outlines the specifications for renewing licenses for 14 FEMAP Software Maintenance Bundles, ensuring ongoing software upgrades and bug fixes through July 30, 2026. This renewal supports various naval organizations, including the Office of Naval Research and Marine Corps System Command. The maintenance licenses are categorized into different parts, covering node-locked maintenance on FEMAP and enhanced capabilities with NX Nastran. Each license is linked to specific performance periods starting May 1, 2025, and the renewal deal emphasizes both continuity in service and adherence to current software standards. This procurement is part of a systematic approach to maintain critical software tools necessary for comprehensive engineering and design operations within naval research and development sectors.
    The document outlines the renewal of licenses for the FEMAP Software Maintenance Bundle, specifically for a one-year period valid until July 30, 2026. A total of fourteen (14) licenses are to be renewed to support functions across various Navy organizations, including the Office of Naval Research and Marine Corps System Command. The renewal will ensure continued access to software upgrades and bug fixes for FEMAP, a software application used in engineering simulations and analysis. The details include specific part numbers and associated maintenance periods for each license, all of which fall under the same 12-month performance timeframe. The contract emphasizes the importance of maintaining up-to-date software capabilities to support various defense-related projects, reflecting the government’s commitment to technological advancements within military applications.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) seeks to procure Siemens FEMAP Software through a firm fixed price purchase order outlined in Request for Quotation (RFQ) no. N0016725Q1080. This solicitation is designated as a brand name, small business set-aside and emphasizes that only Siemens brand products can be offered. Interested vendors must submit their capabilities statements by January 21, 2025, and the deadline for quote submissions is June 20, 2025. Quotes will be evaluated on a lowest price technically acceptable basis, with primary factors being price and technical capability in meeting the specified requirements. Contractors are instructed to provide complete quote packages that include their pricing, contact information, and relevant identifiers. The document details the quantity and specifics of the FEMAP software maintenance bundles, including various installation identifiers and part numbers, which form the basis of the procurement. Compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) is mandatory, along with various clauses that govern contract administration. This procurement is pivotal for supporting the division's operational objectives while ensuring that all suppliers adhere to the stringent contractual and regulatory frameworks associated with government acquisitions.
    The document serves as an amendment to a federal solicitation, specifically related to the procurement of maintenance services for the FEMAP software. It outlines the procedures for acknowledging receipt of the amendment, including the extension of the response deadline from June 20, 2025, to July 2, 2025. In addition, the amendment modifies the periods of performance for certain contract line items (CLINs). Key changes include the adjustment of service durations for maintenance contracts from 12 months to 15 months, with new performance dates stretching from May 1, 2025, to July 31, 2026. The amendment ensures that all other terms and conditions of the initial solicitation remain unchanged. The document also details instructions for submitting acknowledgment of the amendment and any changes to previously submitted offers. Overall, the primary purpose of the amendment is to update the solicitation terms, clarify requirements, and facilitate continued communication and compliance within the procurement process, highlighting the government's flexibility in managing contract timelines and specifications while ensuring competitive opportunities for bidders.
    Lifecycle
    Title
    Type
    FEMAP Software Licenses
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    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.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    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.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.
    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.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    PD-33-0012; Scanning Electron Microscope (SEM)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure one (1) Scanning Electron Microscope (SEM) to support its Machinery Research, Logistics & Ship Integrity Department. The SEM must meet specific technical requirements, including a Schottky Emitter, SE and BSE detectors, a chamber for 300mm specimens, and an integrated EDS system, with functional capabilities such as <3nm resolution at 1kV and variable pressure capabilities (10-150 Pa). This procurement is critical for metallographic analysis and imaging, and interested businesses are invited to submit a 5-page Capability Statement by December 23, 2025, to demonstrate their ability to meet these requirements. Responses should be sent electronically to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil, and the anticipated contract type is Firm Fixed-Price under Simplified Acquisition Procedures, with a Request for Proposal expected in February 2026.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.