Genesys Maintenance Renewal
ID: N0042124T0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is seeking maintenance renewal services for Genesys Licenses for the ACD (Automated Call Distribution) System. Genesys is the only company with proprietary rights to their software and is capable of providing maintenance support for their systems. The procurement is a Total Small Business Set-Aside and will be conducted on a firm fixed-price basis. Interested parties must be registered in the System for Award Management (SAM) database prior to submitting a quote. The deadline for quote submission is 12:00 pm Eastern Standard Time on October 10, 2023. All quotes/responses should be submitted via email to Donna Owens at donna.m.owens24.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GENOME ANALYSIS SERVICES
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, intends to solicit and award a sole source contract for genome analysis services to the Yale Center for Genome Analysis. This procurement supports the Naval Submarine Medical Research Laboratory located in Groton, CT, and will be conducted under Simplified Acquisition Procedures in an Other than Full and Open Competition environment, as permitted by FAR 6.302-1. The genome analysis services are critical for advancing medical research and applications within the Navy's submarine operations. The anticipated award date for this contract is no later than February 28, 2025, and interested parties may direct inquiries to Larissa Benoit at larissa.benoit@navy.mil.
    Renewal for Progress DevCraft Complete
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of Progress DevCraft Complete Developer Licenses and Progress Telerik UI for WPF Developer Licenses from Progress Software Corporation on a sole source basis. This procurement includes 35 developer licenses and 12 licenses with priority support, which are essential for software development and application support within the Navy's operations. Interested vendors should note that the solicitation details will be available under N6893625Q5007 on the beta.SAM.gov website around February 3, 2025, and must ensure their registrations in the System for Award Management (SAM) are active and compliant with the necessary certifications. For inquiries, contact Terryl Mitchell at terryl.n.mitchell.civ@us.navy.mil or by phone at 760-793-3746.
    SYNTHESIZER ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a SYNTHESIZER ASSY. This contract requires the manufacture and supply of specific communication equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and government source inspection. The SYNTHESIZER ASSY is critical for use in naval operations, emphasizing the importance of compliance with stringent specifications to ensure operational reliability. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of May 15, 2025, with all submissions requiring a minimum quote expiration of 90 days.
    Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services- Notice of Intent to Sole Source
    Buyer not available
    The Office of Naval Research (ONR), part of the Department of Defense, intends to award a Firm Fixed Price (FFP) contract to Unison Software, Inc. for the continued operations and maintenance support services of the UNISON ACQUISITION system. This procurement is justified under FAR 13.500(a) as Unison is the only source capable of providing the necessary expertise and proprietary access to the software critical for ONR's operations. The contract is expected to be announced around March 2025, and while this notice is not an invitation for proposals, interested parties may submit their technical capabilities within fifteen days for consideration. For further information, potential vendors can contact Joan Troutman at joan.r.troutman.civ@us.navy.mil or Alejandro Moreno at alejandro.moreno.civ@us.navy.mil.
    AutoDesk Netfabb Ultimate 12-month license renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to renew a 12-month license for AutoDesk Netfabb Ultimate on a sole-source basis from DLT Solutions, LLC. This procurement is essential for maintaining the operational capabilities of the Navy, as AutoDesk Netfabb Ultimate is a critical software tool used for additive manufacturing and design processes. The government intends to proceed under the authority of 10 USC 2304 (c) (1), citing that only one responsible source can meet the agency's requirements. Interested parties must submit their responses within fifteen (15) days of the notice publication, and inquiries can be directed to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754.
    25-SIMACQ-D20-0001 SMART License
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking quotes from small businesses for the procurement of five Supportability Management Assessment Report Tool (SMART) AWS Multi-Program Licenses. The licenses are intended to enhance decision-making and productivity related to the AEGIS Weapon System, with a delivery timeline of four weeks post-award, covering the period from October 1, 2025, to September 30, 2030. This procurement is crucial for modernizing operational tools and ensuring effective life cycle management within the defense sector. Interested vendors should submit their quotes, including administrative information and a price breakdown, to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil, with submissions valid for at least 60 days.
    Global Reconstruction and Measurement System (GRAMS) Enhancements
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a modification to a delivery order for enhancements to the Global Reconstruction and Measurement System (GRAMS) with Maritime Surveillance Associates (MSA). The procurement involves software data packages and engineering change proposals aimed at transitioning GRAMS to a cloud-based architecture, specifically for Impact Level (IL) 6, building on the existing IL5 prototype. This modification is planned as a sole source contract due to MSA being the sole designer and developer of GRAMS, possessing the unique knowledge and technical data necessary to fulfill the government's requirements. Interested parties may submit their capability statements to the primary contacts, Diane McCauley and Samantha Lysaght, via email, with a consideration period of thirty days following the publication of this notice.
    SIGNAL DATA PROCESS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DATA PROCESS equipment. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and Government Source Inspection. This contract is critical for maintaining operational readiness and ensuring the functionality of essential communication equipment used by the Navy. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days, and are encouraged to respond promptly as the government may exercise an option for increased quantities within 180 days of contract award.
    70--MANAGEMENT UNIT,ELE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.
    Atlassian Software Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center at China Lake, CA, intends to procure a renewal of Atlassian software on a sole source basis, allowing competition only among authorized distributors. This procurement is crucial for maintaining the operational capabilities of the Navy, as Atlassian software is widely utilized for project management and collaboration within defense operations. The solicitation for this requirement is expected to be posted on the Contract Opportunities website at beta.SAM.gov around January 29, 2025. Interested parties must ensure they are registered in the System for Award Management (SAM) and can contact Donell Sims at donell.e.duenassims.civ@us.navy.mil for further information.