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.