IT- Business Application Software
ID: N6833524Q0047-27Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 12, 2023 9:45 PM
  2. 2
    Updated Dec 12, 2023 9:45 PM
  3. 3
    Due Apr 11, 2024 9:00 PM
Description

Combined Synopsis/Solicitation DEPT OF DEFENSE IT- Business Application Software

The Department of Defense, specifically the Department of the Navy, is seeking to procure IT and Telecom - Business Application Software (Perpetual License Software). This software is typically used for various programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) in support of Naval operations. The procurement will be a Total Small Business Set-Aside and will be conducted through Blanket Purchase Agreements (BPAs) under various commodities. The place of performance for this procurement is Joint Base MDL, NJ, USA. Interested vendors should submit their qualifications and capabilities statement, along with their Cage Code and Unique Entity Identifier (UEID) Numbers for verification in the System for Award Management (SAM). The deadline for submission is 11 April 2024 5:00 pm (EST). For more information, contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
3/28/2024
3/28/2024
3/28/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Panasas Mainteance & Support Packages
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY: Panasas Maintenance & Support Packages The Department of Defense, specifically the Department of the Navy, is seeking Panasas Maintenance & Support Packages. These packages are typically used for the maintenance and support of Panasas systems. The procurement will be a Total Small Business Set-Aside, meaning it is open to small businesses only. The place of performance for this procurement is Bethesda, Maryland, in the United States. The primary contact for this procurement is Brittany Tavassoli, who can be reached at brittany.b.tavassoli.civ@us.navy.mil or 757-513-6439. The solicitation document includes provisions and clauses in effect through the Federal Acquisition Circular (FAC) and the Defense Federal Acquisition Regulation Supplement (DFARS). The shipping term for this procurement is FOB Destination. Interested vendors should refer to the attached solicitation for a list of line item numbers, quantities, units of measure, and applicable provisions and clauses. Vendors are also required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, if their company does not have the Representations and Certifications completed in SAM.gov. The Government intends to evaluate all timely quotes received on a lowest price technically acceptable (LPTA) basis. There will be no discussions with quoters, and the contract will be awarded to the responsible quoter whose quote is most advantageous to the Government. Questions regarding the solicitation requirements should be submitted to Brittany Tavassoli by email at brittany.b.tavassoli.civ@us.navy.mil no later than 10:00 AM EST on 10 JULY 2024. Quote packages are due by 15 JULY 2024 at 10:00 AM EST and should be sent to brittany.b.tavassoli.civ@us.navy.mil. The packages must include the official company name, point of contact information, and Cage Code number. To be considered for this opportunity, quotes must be submitted in either Microsoft Word, Excel spreadsheet, or Adobe PDF format. The quote should include price(s), FOB Destination, a point of contact, name and phone number, business size, and Cage Code. The Point of Contact for this acquisition is Brittany Tavassoli, who can be reached at brittany.b.tavassoli.civ@us.navy.mil.
SMART License
Active
Dept Of Defense
Summary: This is a Combined Synopsis/Solicitation notice issued by the Department of Defense, specifically the Department of the Navy, for a SMART License. The SMART License is a software license used for the AMDR (Air and Missile Defense Radar) system. The procurement is a Total Small Business Set-Aside and falls under the NAICS code 513210 for Software Publishers. The place of performance is Port Hueneme CBC Base in California, United States. The contract type is Firm-Fixed-Price and the delivery requirement is 2 weeks. The method of shipping is FOB Destination. The solicitation is for multiple years, with option years from 2025 to 2029. The submission of quotes should be in PDF format and sent to the primary contact Ruben A. Velasquez at ruben.velasquez@navy.mil. The evaluation of quotes will be based on price, technical capability, and past performance. The full text of FAR provisions and clauses can be accessed electronically. The contractor must comply with the WAWF (Wide Area Workflow) payment instructions for electronic invoicing.
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.
NLign Software Renewal
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE is seeking NLign Software Renewal services. NLign software is typically used for Research Development Test and Evaluation (RDT&E) lab purposes by the United States Navy Fleet Readiness Center East (FRCE). The contract period is from August 7, 2024, through August 6, 2025. Interested parties may submit a completed and signed solicitation response.
Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center is seeking information from potential contractors capable of providing licensing and support for the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This software is used for logistics and supply chain management and is a critical component of the Corona Division's operations. The Navy seeks to procure this software on a brand-name basis, with One Network NEO being the sole provider that meets their specific requirements. The intention is to award a Firm-Fixed-Price contract for continued support and licensing of the software. The scope of work for the successful awardee will include providing the necessary licenses and support services, as detailed in the draft Purchase Description (PD) document. This includes maintaining and supporting the existing system, which is currently fulfilled by METGreen Solutions Inc. under contract M6785422F5200. The PD, attached to the opportunity listing, outlines the specific licensing and support requirements, as well as the anticipated period of performance. Interested parties should carefully review this document and provide a response addressing their ability to meet these requirements. To be considered a valid source, interested contractors must provide the following information: - Company details, including size relative to NAICS code 541519 (Other Computer Related Services). - Small Business Administration (SBA) certifications and registration, if applicable. - Industry feedback on the current PD. - A maximum 15-page Capability Statement demonstrating the ability to meet the PD's requirements. - Proof of authorization to resell, if applicable. - A narrative explaining the company's status as a nonmanufacturer, if relevant. The Navy encourages all potential offerors to register in the System Award Management (SAM) system and have their Online Representations and Certifications Application up to date. The Contract Specialist, Brian Staub, is available for clarification and can be contacted at brian.a.staub2.civ@us.navy.mil. Responses to this sources sought notice are due by the deadline stated in the notice and should include the reference "Sources Sought Notice N6426724R0349" in the subject line. The Navy reserves the right to use the information received to determine the acquisition approach and does not commit to issuing a solicitation or awarding a contract. Responses are voluntary and the Navy will not reimburse any costs associated with them.