VAPS XT Renewal
ID: N6893624Q0263Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of the VAPS XT software on a sole-source basis from PACE America Inc. This procurement involves the renewal of existing licensing and support for the software, which is critical for the operational capabilities of the Navy. Interested firms that believe they can meet the requirements are encouraged to submit 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.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    VAPS XT Renewal
    Currently viewing
    Presolicitation
    Similar Opportunities
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    16--APS PALLET
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure six units of the APS Pallet, identified by NSN 7R-1680-016338682-P8 and reference number 212A4002-7. This procurement is critical as it pertains to miscellaneous aircraft accessories and components, which are essential for maintaining operational readiness and support for naval operations. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their interest and capability statements within 45 days of this notice. For further inquiries, interested vendors can contact Christina M. Foley at (215) 697-0484 or via email at CHRISTINA.FOLEY1@NAVY.MIL.
    58--MASP DRIVE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a specialized underwater sound equipment part identified by NSN 7R-5845-016433222-P8, with a quantity of one unit required for delivery FOB origin. This procurement necessitates engineering source approval from the design control activity to ensure the quality and reliability of the part, as it is flight critical and requires unique design capabilities and manufacturing knowledge from approved sources. Interested vendors must submit their proposals along with the necessary documentation for source approval, as outlined in the NAVSUP WSS Source Approval Information Brochures, within 45 days of this presolicitation notice. For further inquiries, Kelly A. Gipson can be contacted at (215) 697-4787 or via email at KELLY.A.GIPSON1@NAVY.MIL.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 10 units of a flight-critical underwater sound equipment part, identified by NSN 7R-5845-016433222-P8. The procurement requires engineering source approval from the design control activity to ensure the quality of the part, as only approved sources will be considered for the contract due to the unique design and manufacturing knowledge required. Interested vendors must submit detailed information regarding their qualifications and experience, as well as any source approval requests, within 45 days of this presolicitation notice. For further inquiries, potential bidders can contact Kelly A. Gipson at (215) 697-4787 or via email at KELLY.A.GIPSON1@NAVY.MIL.
    BIG IP renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew their BIG IP software license. BIG IP is a business application software used in the IT and telecom industry. The procurement is a total small business set-aside and will be conducted on a firm fixed-price basis. The place of performance is Patuxent River, MD, and interested vendors must be registered in the System for Award Management (SAM) database. The procurement requires items to be covered under the manufacturer's warranty and must be TAA compliant. The deadline for submitting a brand name quote is 11/22/2023 by 5pm. All quotes/responses should be submitted via email to Annie Bohmann at annie.n.bohmann.civ@us.navy.mil.
    U.S. Naval Test Pilot School Variability Stability System (VSS) Flight Demonstration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking small businesses capable of providing flight demonstration services for the U.S. Naval Test Pilot School's Variability Stability System (VSS). The procurement aims to support classroom instruction and practical flight demonstrations using a contractor-owned VSS aircraft for students at the Naval Test Pilot School located at Naval Air Station Patuxent River, MD. This initiative is crucial for enhancing the training capabilities of future test pilots, ensuring they receive comprehensive instruction in variable stability systems. Interested parties must submit a capabilities statement by email to the primary contact, Matthew Hudson, at matthew.d.hudson8.civ@us.navy.mil, within 15 calendar days of the notice publication, adhering to specified formatting guidelines. This opportunity does not constitute a solicitation for proposals, and no funds are available for response preparation.
    OE-120B/UPX Software Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source contract to BAE Systems Information & Electronic Systems Integration, Inc. for the development and implementation of replacement software for the OE-120B/UPX system. The objective of this procurement is to port the updated software from Fedora 21 OS to a supported operating system that complies with Department of Defense cyber requirements. The OE-120B/UPX is critical for radar equipment used in airborne applications, and BAE Systems is the sole designer and manufacturer, justifying the sole source acquisition under 10 U.S.C. 2304(c)(1). Interested subcontractors may reach out to Dylan Gibaldi at BAE Systems for potential opportunities, and inquiries can be directed to primary contact Patricia Reed or secondary contact John Britt at their respective emails.
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Viable Power Conversion Technologies Inc. Power Supply Units
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure Power Supply Units from Viable Power Conversion Technologies Inc. This procurement is intended to fulfill a specific requirement for supplies that can only be met by the Original Equipment Manufacturer, Viable Power Conversion Technologies Inc., under the authority of 10 U.S.C. 3204(a)(1). The contract action will not be open to competition, and responses must be submitted by the specified deadline; however, responses via phone or fax will not be accepted. For further inquiries, interested parties can contact Trevor Greig at trevor.m.greig.civ@us.navy.mil.