HYPACK and HYSWEEP Office Keys
ID: W9127N24Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Custom Computer Programming Services (541511)

PSC

HYDROGRAPHIC MAPS, CHARTS AND GEODETIC PRODUCTS (7642)

Set Aside

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

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking HYPACK and HYSWEEP Office Keys. HYPACK software provides the tools needed for survey design, data collection, correction application, plotting field sheets, volume computation, contour generation, side-scan mosaic creation, and electronic chart modification. The software is used for computing dredge volumes and processing government run surveys for Corps Navigation Mission success. The procurement includes the purchase of HYPACK Office software (1 quantity) and HYSWEEP Office software (1 quantity) in download (USB Key) format, along with shipping. The place of performance is in Portland, Oregon, United States. For more information, contact Scarlett Zibritovsky at scarlett.j.zibritovsky@usace.army.mil or 5038084668.

    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Envitia
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Envitia's MapLink Pro, a suite of software development kits (SDKs) designed for high-performance mapping and terrain visualization systems. The objective is to secure a technical support and software maintenance contract for the renewal of the MapLink Pro Developer Toolkit and Deployment license, which is critical for various military applications, including command and control (C2) and intelligence, surveillance, and reconnaissance (ISR) operations. This procurement reflects the government's commitment to maintaining operational readiness and ensuring the reliability of software used in defense applications. Interested vendors can contact Troy Winebarger at troy.winebarger@us.af.mil or Milan Hill at milan.hill@us.af.mil for further details, with the contract period running from April 1, 2025, to March 31, 2026.
    USACE Norfolk Topographic and Hydrographic AE Services SOURCES SOUGHT
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Norfolk District is seeking to identify potential sources for Architect-Engineering (A&E) services focused on topographic and hydrographic surveying, as outlined in their Sources Sought Notice. The objective is to gather information on industry capabilities related to various surveying tasks, including topographic, hydrographic, geodetic, LIDAR, and property boundary surveys, with an emphasis on detailed benchmarks recovery and processing of multibeam survey results. This initiative is part of the USACE's strategic planning to ensure qualified firms are available for future contracts anticipated for award in Q4 2026. Interested parties are encouraged to respond to the questionnaire by 12:00 PM EST on March 28, 2025, and can direct inquiries to Jonathan Chae or Stormie Wicks via the provided email addresses.
    DEWESoft Siriusi-XHS-UNI data acquisition system
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to award a firm fixed price contract for the procurement of a DEWESoft Siriusi-XHS-UNI data acquisition system on a sole source basis. This procurement is specifically set aside for small businesses under NAICS code 334515, as the system is critical for underwater dynamic pressure measurements and is the only available option that meets the necessary specifications due to proprietary rights held by the Original Equipment Manufacturer, DEWESoft. The total estimated cost for this acquisition is $56,280, and interested vendors must submit their quotes and capabilities statements by 12:00 PM on April 1, 2025, to the primary contact, Kylie Cox, at kylie.cox3.civ@us.navy.mil.
    25-SIMACQ-E60-0001 FARO Arm and Equipment
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, Port Hueneme Division, is conducting a Sources Sought Notice to identify potential suppliers for the procurement of FARO Arm and related equipment. The requirement includes various commercial items such as the Quantum X.S 2.0m 7-axis arm, probe-laser line, and software from FARO Technologies, Inc. and 3D Systems, Inc., which are essential for measuring and controlling industrial process variables. Interested parties must submit their responses by 3:00 PM Pacific Time on March 31, 2025, to Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil, as the government seeks to evaluate market capabilities and determine the procurement method. No funding is currently available, and this notice does not constitute a formal solicitation.
    Survey Grade GPS Units
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Omaha District, intends to procure Survey Grade GPS Units through a non-competitive Firm-Fixed Price contract with Seiler Instruments located in Omaha, Nebraska. The acquisition includes various Trimble GPS models and accessories essential for precise surveying and mapping tasks. These units are critical for ensuring accurate data collection in military and engineering applications. Interested parties must provide evidence of their capability to compete by 2 PM CDT on April 7, 2025, as the government plans to proceed with this single-source action unless compelling responses are received. For inquiries, contact Patrick Cook at patrick.j.cook@usace.army.mil.
    FIVE-BEAM CURRENT PROFILING SYS IAW Salients
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a Five-Beam Current Profiling System, which is essential for measuring and profiling hydrodynamic parameters in aquatic environments. This procurement emphasizes the need for a system that meets specific technical specifications, including an operational frequency of 1000 kHz, the ability to measure water velocities up to 30 meters, and built-in environmental sensors, all of which are crucial for enhancing environmental studies and data collection capabilities. Interested small businesses must submit their quotes by March 26, 2025, with the anticipated contract award date set for April 15, 2025. For further inquiries, vendors can contact Jean Walsh at jwalsh@usgs.gov or by phone at 703-648-7381.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    Sources Sought TrackEye Maintenance, Services and Updates Follow-On
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking sources for the maintenance, services, and updates of the TrackEye software, which is critical for motion analysis at the Atlantic Test Range. The procurement aims to establish a contract for ongoing support, including a one-year license renewal and necessary updates from March 30, 2026, through March 30, 2028, ensuring operational capabilities for the Photogrammetrics Team. This software is vital for military test range operations, requiring annual maintenance and local support from developers to facilitate both two-dimensional and three-dimensional analyses. Interested businesses must submit a capabilities statement by 3:00 p.m. EST on April 1, 2025, to Shannon Canada at shannon.m.canada.civ@us.navy.mil, with the contract anticipated to be a Firm Fixed Price type.
    Sources Sought for AVENA's InTouch Human Machine Interface (HMI)
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC) in Hawaii, is conducting market research for a potential procurement of an InTouch Human Machine Interface (HMI)/SCADA Client software. The government seeks a product that can be configured in a client-server setup, compatible with existing Wonderware SCADA systems, and capable of supporting multiple user operations and peripheral device management. This software is crucial for effective data sharing and operational management within the Navy's systems. Interested vendors must submit their technical data and specifications by March 26, 2025, at 2:00 p.m. Hawaii Standard Time, to the primary contact, Jamie Inouye, at jamie.inouye@navy.mil, or the secondary contact, Jodi Lillie, at jodi.e.lillie.civ@us.navy.mil.
    ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is issuing a Request for Quotes (RFQ) for licenses to support the ServiceNow Service Portal across various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses that facilitate HR processes and improve data management, with Carahsoft Technology Corp designated as the sole source provider under the Department of Defense Enterprise Software Initiative. Interested vendors must submit their quotes and/or capabilities statements by March 31, 2025, with delivery expected in May 2025, and the procurement is not set aside for small businesses. For inquiries, vendors can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil.