LabView Brand Software
ID: W9132T25Q0022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 CONST ENGRG LABCHAMPAIGN, IL, 61822-1072, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineering Research and Development Center - Construction Engineering Research Laboratory (ERDC-CERL), is seeking to procure five perpetual licenses of LabVIEW brand software. This software is critical for the Rechargeable Lithium Batteries Project, which aims to enhance laboratory automation and real-time data monitoring, thereby reducing experimental errors and improving synchronization of lab equipment. LabVIEW is recognized as the industry standard for hardware integration, and extensive market research has confirmed that it is the only compliant software that meets the specific capabilities required for this project. Interested vendors must submit their offers, including a technical description of the items offered, to CERL-CT-Quotes@usace.army.mil by the specified deadline, as telephone responses will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a brand name justification for the Engineer Research and Development Center – Construction and Engineering Research Laboratory (ERDC-CERL) regarding the procurement of National Instruments LabVIEW software. This software is deemed essential for the ERDC-CERL Rechargeable Lithium Batteries Project, which involves integrating various laboratory hardware for automation and real-time data monitoring during experiments. It addresses the need for reducing experimental errors and synchronizing lab equipment efficiently. The justification cites FAR regulations, noting that LabVIEW is the only compliant software that meets specific capabilities required for the project. Extensive market research confirmed that LabVIEW is the industry standard for hardware integration, ruling out alternative sources. Despite checking mandatory sources like GSA, no other suppliers were identified for this specific software. The document reflects a commitment to ensuring the appropriate tools are available for technical and experimental accuracy in government-funded research operations.
    The document outlines a U.S. government Request for Proposal (RFP) identified as W9132T25Q0022, issued for the procurement of software licenses to support a research project on rechargeable lithium batteries. The RFP specifies the acquisition of five LabVIEW software licenses, detailing delivery requirements and terms, such as the need for a perpetual license available for download within five days post-award. The contractor is responsible for ensuring timely delivery and compliance with defined inspection and acceptance criteria. Clauses regarding payment, including the use of the Wide Area Workflow for processing invoices, are also specified, along with various federal regulations and compliance mandates affecting small businesses, including preferences for economic disparities in ownership. The document emphasizes the importance of adhering to specified conditions and legal stipulations in the fulfillment of the contract. This RFP reflects a broader commitment by the government to engage various business entities, especially small and veteran-owned firms, in fulfilling procurement needs while ensuring compliance with federal acquisition policies.
    Lifecycle
    Title
    Type
    LabView Brand Software
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    (SPA) ProjNet Sofware
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    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.
    Qiagen CLC Workbench Software Licenses
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for a 12-month license of Qiagen CLC Workbench software with QIAGEN LLC. This software is uniquely required for the NIEHS's specific research needs, and the procurement is being conducted under the authority of 41 U.S.C. 1901, as outlined in FAR 13.106-1(b)(1), which allows for a sole source acquisition when only one responsible source is available. Interested parties that believe they can meet the requirements are invited to submit a capability statement via email to Joseph Williams by December 17, 2025, at 12:00 PM EST, although this notice is not a solicitation for quotes. For further inquiries, contact Joseph Williams at joseph.williams2@nih.gov or Melissa Gentry at gentry1@niehs.nih.gov.
    Leankor PM Software - Redacted EFO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure program management software known as Leankor PM Software to support the PEO Combat Support & Combat Service Support (PEO CS&CSS). This software is intended for tracking and reporting on contract actions, with capabilities to create dashboards for contract information and personnel systems. The procurement is justified under FAR 16.505(a)(4) for items peculiar to one manufacturer, and the contract has been awarded to Carahsoft Technology Corp. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681 for further inquiries.
    Handheld X-Ray Fluorescence for ERDC GSL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is seeking quotes for a Handheld X-Ray Fluorescence (XRF) device designed for detecting elemental concentrations in soils and sediment deposits. The procurement requires a lightweight and compact device with specific technical specifications, including a Gold anode, a Silicon Drift Detector, and capabilities for data analysis and report generation. This equipment is crucial for environmental assessments and material analysis, ensuring accurate and efficient data collection in the field. Interested vendors must submit their offers by December 3, 2025, to the designated contacts, Angela Stokes and David Ammermann, with delivery expected by March 16, 2026, to Vicksburg, Mississippi.
    TEST KIT, LP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Test Kit, LP, which is essential for electrical and electronic properties measuring and testing instruments. The contract will require the manufacture and design of the test kit to meet specific requirements outlined in the solicitation, including compliance with applicable technical documentation and quality assurance standards. This procurement is critical for ensuring the operational readiness and reliability of naval systems, with a focus on maintaining high standards of quality and safety. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and are advised that pricing for quotations must remain valid for 60 days following the closing date indicated in the solicitation.
    SCADA Aveva Edge software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    Watervliet Arsenal - High Performance Portable VLF Hipot
    Dept Of Defense
    The Department of Defense, through the Army's Watervliet Arsenal, is soliciting quotes for a High Performance Portable VLF Hipot, specifically a VLF AC Hipot with a peak voltage of 34 KV, or an equivalent product. The procurement is a total small business set-aside under NAICS code 334515, aimed at acquiring a device designed for testing shielded power cables and other highly capacitive loads, which is critical for ensuring the reliability and safety of electrical systems. Interested vendors must adhere to specific delivery requirements and compliance regulations, including the Buy American Act, with quotes due by December 22, 2025, at 4:30 PM. For further inquiries, potential bidders can contact Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.
    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.