Combined Synopsis/Solicitation for NX Mach 2 and Solid Edge Maintenance Amendment 1
ID: N68520-25-SIMACQ-0055Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The Department of Defense, specifically the Fleet Readiness Center under the Department of the Navy, is seeking proposals for the maintenance of NX Mach 2 and Solid Edge software licenses as part of a combined synopsis/solicitation. The procurement aims to provide annual maintenance for these critical software tools, transitioning from perpetual licenses to a subscription-based "Anything as a Service" (XaaS) model, which will enhance product design capabilities and support the Technical Data Package program essential for the Naval Aviation Enterprise. This software is vital for reviewing models and drawings, ensuring data transfer efficiency, and maintaining supply chain integrity. Interested small businesses must submit their proposals by 4:00 PM (EST) on August 20, 2025, and can direct inquiries to Alyssa Wenger or Kalynn Jackson via email for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air Training and Experimental Command (NATEC) requires maintenance and upgrades for its NX Mach 2 and Solid Edge (SE) software licenses. This Statement of Work outlines the need to transition from perpetual licenses to a subscription-based "Anything as a Service" (XaaS) model for enhanced product design capabilities and 3D Computer-Aided Design (CAD). The software is critical for the Technical Data Package (TDP) program, enabling the review of models and drawings, providing feedback on TDP health, and supporting sustainment strategies. It also facilitates the conversion of native 3D CAD models to 3Di viewables, crucial for data transfer to downstream users and preventing gaps in supply posture. The contract includes one NX Mach 2 Product Design XaaS Annual Maintenance, one MT NX Mach 2 Product Design Annual Maintenance, and two SE Classic XaaS Maintenance licenses, with four option years from FY25 to FY30 to ensure continuous software updates, security patches, and bug fixes for essential design and engineering functions.
    The Naval Air Training and Experimental Command (NATEC) Headquarters (HQ) Technical Data Package (TDP) program requires annual maintenance for Next Generation (NX) Mach 2 and Solid Edge (SE) software. These industry-standard 3D Computer-Aided Design (CAD) capabilities are essential for reviewing models and drawings, providing feedback on TDP health, and developing sustainment strategies across the Naval Aviation Enterprise. The program is transitioning from perpetual licenses to a subscription-based (XaaS) model for NX Mach 2 Product Design and Solid Edge Classic. This shift will enable a contract with four option years, ensuring ongoing access to updated software with enhanced features like flexible printed circuit board design, validation checking, and 3D annotation for Product and Manufacturing Information (PMI). The software is crucial for establishing and testing methodologies to convert native 3D CAD models to 3Di viewables, addressing challenges in data transfer to downstream users and impacting supply posture and sustainment efforts. The contract outlines annual maintenance for two SE Classic XaaS licenses and one NX Mach 2 Product Design XaaS license from September 2025 through September 2030.
    The document outlines the Statement of Work (SOW) for the maintenance of the NX Mach 2 and Solid Edge software, required by the Naval Air Training and Experimental Command (NATEC) to support the Technical Data Package (TDP) program. The program aims to enhance 3D Computer-Aided Design (CAD) capabilities, ensuring the effective management of technical data used by engineers and logisticians throughout the lifecycle of naval aviation platforms. Currently, the TDP team utilizes two perpetual licenses for NX Mach 2 and Solid Edge but seeks to transition to a subscription-based "XaaS" model for easier access and updated features. This shift is necessary to address challenges in technical data translation to downstream users, as varying software packages complicate data consistency. The document specifies contract requirements for annual maintenance across four option years for the respective software packages, including detailed descriptions and timeframes for support. Overall, the purpose of this SOW is to facilitate improved product design and sustainment strategies critical for operational effectiveness within the Naval Aviation Enterprise while maintaining up-to-date software capabilities. The document is controlled by the Department of the Navy and is restricted to authorized personnel.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    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.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    Maintenance Laptops
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the manufacturing of P-8 Maintenance Laptop Sets under a five-year, fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook laptops and associated components, including retrofitting legacy systems, with a focus on adhering to strict quality assurance standards and export control regulations. This contract is critical for maintaining operational readiness and support for the P-8 aircraft, ensuring that the Navy has reliable and functional maintenance equipment. Interested contractors must possess a certified DD Form 2345 to access the technical drawings and should direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil, with proposals due as specified in the solicitation documents.
    Brand Name - Mathworks LicenseRenewals
    Buyer not available
    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.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Citrix Software Application
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding in Newport News, Virginia, is seeking bids for the renewal of Citrix software applications, including CITRIX Xen Desktop. This procurement is a 100% Small Business set-aside for a Firm Fixed Price contract, requiring the acquisition of 590 units of Citrix Universal Hybrid Multi-Cloud Government and 590 units of Citrix US 24/7 Support, both of which are brand-name-only products. The Citrix software is crucial for the operational efficiency of the U.S. Navy, ensuring reliable access to applications and support services. Bids are due by December 9, 2025, at 4:30 PM EST, with questions accepted until December 5, 2025; interested parties can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further information.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    66--COMPUTER,FLIGHT CON - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flight control computers and other replacement parts. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These components are vital for the operational readiness of naval aviation systems, underscoring their importance in maintaining national defense capabilities. Interested contractors should direct inquiries to Dina Wojciechowski at 215-697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.