QFS SWM
ID: N0017826Q6645Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines a requirement for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. The license period is specified from March 8, 2026, to March 7, 2027. A key stipulation is that only authorized resellers are permitted to quote for this requirement. This indicates a procurement need for specialized software licenses and associated support, characteristic of government RFPs seeking specific vendor relationships or certifications.
    This document outlines the General Services Administration's (GSA) requirements for federal acquisitions, focusing on commercial item purchases and contractor responsibilities. It details the acceptance of standard commercial warranties, data rights for government-generated data, and ordering procedures via the GSA Advantage! system. The document also specifies the use of Commercial Supplier Agreements (CSAs), emphasizing that federal laws take precedence over conflicting CSA provisions and voiding automatic renewals. Furthermore, it sets guidelines for electronic payment request submissions through the Wide Area Workflow (WAWF) system, including registration, training, and document submission procedures, ensuring proper invoicing and payment processing for all contract types.
    Lifecycle
    Title
    Type
    QFS SWM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    Udacity License/Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking to procure a renewal of Udacity licenses and related support services. This procurement includes a firm-fixed-price contract for various Udacity licenses, such as up to 50 user licenses, 250 Learning Plan Technology Quotient (TQ) licenses, and 50 Skills Assessment licenses, with a delivery period extending from December 18, 2025, to September 17, 2027. The licenses and services are critical for enhancing the technical skills and capabilities of personnel at the NAWCWD, ensuring they remain proficient in modern technologies. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals in response to the solicitation N6893626Q5052, and are encouraged to contact Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil for further details.
    Adacore Software Subscription
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center in China Lake, CA, is seeking quotes from Women-Owned Small Businesses (WOSB) for the procurement of Adacore Software subscriptions. The requirement includes subscriptions for GNAT Pro Enterprise for Ada and C/C++, which are essential for developing software for x86 VxWorks 7.x (64 bits) cross-hosted on x86 Windows, with each subscription allowing access for five unique users. This procurement is critical for supporting software development efforts within the Navy, and the contract is expected to be awarded on a Firm Fixed Price basis. Interested vendors must submit their quotes by December 22, 2025, at 3:00 PM, and can direct inquiries to Amy Lamberth at amy.s.lamberth.civ@us.navy.mil.
    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.
    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.
    26-SIMACQ-E60-0005 SMART License
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking interested parties for the procurement of Supportability Management Assessment Report Tool (SMART) Licenses through a Sources Sought Notice. This opportunity includes a base year license along with four option year licenses, all classified as commercial items under the NAICS code 513210, which pertains to Software Publishers. The SMART Licenses are crucial for enhancing supportability management assessments within the Navy's operational framework. Interested vendors should reach out to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details regarding this procurement initiative.
    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.
    AUKUA Hardware & Software
    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 AUKUA Hardware and Software, specifically a 4-Port Multigig Test System and associated software packages. This requirement includes a 1U rackmount chassis with four SFP+ test ports, a packet generator application package, an inline network emulator package, and 10G copper SFP+ transceiver modules, all essential for comprehensive network testing and validation. The contract will be awarded on a firm fixed-price basis, with proposals due by January 6, 2026, and delivery expected within four weeks of the award date to Dahlgren, Virginia. Interested parties should contact Diana Moses at diana.moses@navy.mil for further information and must ensure they are registered in the System for Award Management (SAM) to be eligible for award.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.