Ungerboeck Subscription Renewal
ID: N0018925Q0173Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to renew the Ungerboeck subscription for the United States Naval Academy in Annapolis, Maryland. This procurement involves a sole source Firm Fixed Price contract for the licensing and maintenance of the Ungerboeck venue management software, which has been integral in managing over 300 venues at the Academy for over five years. The selected contractor must ensure compatibility with existing systems and provide comprehensive IT support, including license management and system onboarding, while adhering to U.S. Navy regulations. Interested parties can reach out to Jordan Walton at jordan.l.walton.civ@us.navy.mil for further details, and all proposals must be submitted electronically by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification for a sole source contract for software licensing and maintenance at the United States Naval Academy (USNA). It emphasizes that the supplies or services must be entirely compatible with existing systems, as the current software is integral to USNA’s business processes. Transitioning to a different system would impose significant costs and training burdens on the USNA staff and potentially result in inefficiencies. The sole source action is supported by elements such as existing patents, copyrights, or proprietary data that limit competition, as well as the need for direct replacement parts that are identical to the currently used system. The document certifies accuracy in the justification process, adhering to federal regulations that allow for single-source procurement under certain circumstances, indicating that only one vendor can fulfill the requirement. Overall, this document seeks to streamline procurement processes while maintaining operational continuity at USNA.
    This document outlines a Combined Synopsis/Solicitation for the purchase, installation, and delivery of furniture at the U.S. Naval Academy in Annapolis, Maryland. It is a sole-source solicitation directed towards Ungerboeck Systems International, LLC and is prepared according to federal acquisition regulations. The primary objective is to renew licensing and maintenance for the Ungerboeck venue management software, which has been operational for over five years, assisting in scheduling over 300 venues at the Academy. Key requirements include IT procurement skills, knowledge of department regulations, and the provision of licenses and system support for the software suite. The contractor's personnel must adhere to the U.S. Navy regulations and conduct activities strictly related to the work agreed upon. Deliverables involve managing licenses, system onboarding, and automated notifications. Proposals are to be submitted electronically by specific deadlines, and the government will evaluate quotes based on technical capabilities, price, and past performance. Overall, the solicitation emphasizes compliance with federal procurement regulations and the need for a comprehensive management plan for the IT services involved.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Brightly Inc. Asset Essentials Core & Capital Forecast Direct Software Licenses
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking to procure software licenses for Brightly Inc.'s Asset Essentials Core and Capital Forecast Direct. This procurement aims to enhance planning and inventory management for maintenance tasks at the National Defense University's campuses in Washington, D.C., with a focus on ensuring compliance with federal acquisition regulations and accessibility standards. The anticipated contract period is from April 21, 2025, to April 20, 2030, with quotes due by 1 PM on March 12, 2025, and questions to be submitted by 10 AM on the same day. Interested vendors must be registered in the System for Award Management (SAM) and demonstrate their capability to provide the required software solutions. For further inquiries, vendors can contact Rubean Joy Varghese via email at rubean.j.varghese.civ@us.navy.mil.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    Synopsis of Notice of Intent to Sole Source Contract for licensed software that includes new versions and revisions to support the Department of the Navy’s (DoN’s) Commercial Off-The-Shelf for Comprehensive Utilities Information Tracking System (CIRCUITS).
    Buyer not available
    The Department of the Navy, through the Naval Facilities Engineering and Expeditionary Warfare Center, intends to award a sole-source contract to Itron, Inc. for the licensing and maintenance of the Comprehensive Utilities Information Tracking System (CIRCUITS). This procurement is essential for providing software updates, maintenance services, and technical support for critical utilities management systems that service approximately 13,000 meters, ensuring compliance with Department of Defense standards and uninterrupted operational functionality. The contract will span one year with four additional option years, totaling five years, and is justified under 10 U.S.C. §2304 (c)(1) due to Itron's proprietary ownership of the necessary software. Interested parties may contact Dyanne Van Der Kamp at dyanne.vanderkamp.civ@us.navy.mil or Jonathan Oliveros at jonathan.c.oliveros.civ@us.navy.mil for further information.
    Springer Nature Serials Renewal
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for the renewal of Springer Nature serials, specifically for Library Journal/E-books, to support the Naval Postgraduate School (NPS). The objective of this procurement is to secure licenses from Springer Nature Customer Service Center, LLC, as they are the only authorized provider capable of meeting the Government's needs due to the proprietary nature of the software. Interested vendors must submit a capability statement by 10:00 AM PST on March 17, 2025, detailing their qualifications and ability to provide the required licenses, with submissions directed to jonathan.a.stames.civ@us.navy.mil. This notice is not a request for competitive proposals, and no solicitation document will be issued.
    BRAND NAME COMMVAULT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of Commvault software under a brand-name only requirement. This acquisition is intended to support the SRF Japan and will be negotiated on a firm, fixed-price basis, with a total small business set-aside as per FAR 19.5, allowing only authorized small business distributors to participate. The procurement emphasizes the importance of compliance with technical specifications and mandatory clauses, including adherence to the Buy American Act, and requires submission of an Authorized Distributor letter from the OEM. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Ferbien Encomienda at ferbien.o.encomienda.civ@us.navy.mil or by phone at 360-476-7587.
    Intent to Limit Sources for a Brand Name on a Sole Source Basis – ElasticSearch Software License Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew its Elasticsearch Enterprise Resource Unit license on a sole source basis to maintain critical features of its Elastic Stack platform, which serves as the Central Log Server necessary for Information Assurance (IA) Compliance. This procurement includes not only the software license renewal but also consulting services for feature activation and user training, ensuring compliance with NIST SP 800-53 R5 standards for logging and audit trails. The renewal is vital for effective data management and compliance within government operations, with the contract period set from June 1, 2025, to May 31, 2026, and delivery required on the start date. Interested vendors can reach out to Patrick Collins at Patrick.P.Collins.civ@us.navy.mil for further details.