Adobe Joint Enterprise License Agreement (JELA) IV
ID: HC108424R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL84SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the Adobe Joint Enterprise License Agreement (JELA) IV, which involves the procurement of Adobe software licenses, upgrades, maintenance support, and related services. This procurement aims to establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of six months, followed by four optional one-year periods, to ensure the availability of essential digital tools for various DOD operations. The software is critical for digital imaging, video editing, multimedia design, and web content management, supporting operational effectiveness and information security across multiple sites. Proposals are due by September 13, 2024, with a minimum order guarantee of $2,500 and an estimated ceiling of approximately $794 million. Interested parties can direct inquiries to Madelyn Rozycke at madelyn.l.rozycke.civ@mail.mil or Lisa Cravens at lisa.o.cravens.civ@mail.mil.

    Files
    Title
    Posted
    The government seeks to establish a single-award indefinite delivery, indefinite quantity contract for Adobe software licenses, upgrades, and maintenance support. This contract, open to authorized Adobe resellers, is structured as a joint enterprise license agreement with a six-month base period and four one-year options. The estimated total value is approximately $794 million. Offerors are invited to submit proposals by the specified deadline, with the potential for a centralized .25% ordering fee applied to all external orders. The government intends to award the contract based on conformity with the RFP and submitted pricing, reserving the right not to award if suitable options are not available.
    This document is an amendment to the Request for Proposal (RFP) HC108424R0012, modifying specific sections and clarifying requirements for prospective bidders. The amendment updates Section L, providing detailed instructions for bidders, including new terms on data security, Organizational and Consultant Conflicts of Interest (OCCI), and Section 508 Accessibility Standards compliance. It adds Attachment 5 regarding questions and answers related to the RFP. The due date for proposals remains unchanged, with submissions due by August 29, 2024, at 12:00 PM CST. Offerors must acknowledge receipt of this amendment and comply with several administrative requirements for proposal submissions, including limiting page counts and ensuring submissions are virus-free and accessible. All proposals must remain valid for 90 days after the due date, and the government guarantees confidentiality for submitted documents. The RFP emphasizes strict adherence to government terms and conditions, with proposals being evaluated based solely on their compliance with these requirements. This amendment is crucial for enhancing transparency and setting clear expectations for bidders in the procurement process.
    The document outlines a federal Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract primarily aimed at acquiring Adobe software licenses, upgrades, and related services. The contract, governed by the Federal Acquisition Regulation (FAR), will have a six-month base period starting September 30, 2024, with four one-year options extending through March 29, 2029. Proposals are invited from authorized resellers, with a submission deadline of August 29, 2024. Key stipulations include a minimum order guarantee of $2,500 against a maximum ceiling of approximately $794 million. The North American Industry Classification System (NAICS) code relevant to this acquisition is 513210, covering software publishing. Moreover, submissions must adhere to comprehensive guidelines, including provisions for small business participation, and must address the status of any covered telecommunications equipment involved in the offer. Amendments to the contract may be made under certain circumstances, and clauses from FAR are incorporated by reference, ensuring compliance with legal and regulatory requirements throughout the contract's duration. The document serves as a formal framework for government contracting, emphasizing transparency, compliance, and the strategic acquisition of vital software tools.
    The document is an amendment to a federal Request for Proposal (RFP) related to the procurement of Adobe software licenses and related services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The amendment updates the product list, modifies terms and conditions, and extends the proposal submission deadline to September 3, 2024, at 8:00 AM CST. Key details include a minimum guarantee of $2,500 with an estimated ceiling for delivery orders, a 6-month base period, and four optional years for the contract duration. The RFP seeks proposals from authorized resellers of Adobe, outlining strict submission requirements that include technical and price proposals, a data security policy, and compliance with Section 508 Accessibility Standards. All submissions must be in specific formats and remain valid for 90 days post-deadline, emphasizing the importance of adherence to government regulations. This document underscores the government's commitment to ensuring compliance, data security, and efficient procurement processes within the framework of federal contracting.
    The document outlines the Request for Proposal (RFP) HC108424R0012, issued by DITCO/PS8413 for Adobe software licensing services, including upgrades and support. The solicitation is structured as a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a base period of six months and four optional one-year periods. Proposals from authorized Adobe resellers are due by September 3, 2024, with a minimum order guarantee of $2,500 and an estimated maximum ceiling of $794,672,546. The RFP emphasizes compliance with various Federal Acquisition Regulations (FAR) and sets expectations for deliverables including comprehensive product lists, subscription services, and quarterly reporting. The document details specific plans for handling external ordering fees, specifies reimbursement conditions for small businesses, and stipulates delivery and performance terms. The solicitation encourages participation from small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned enterprises, underlining the government’s commitment to supporting diverse contractors. In essence, this RFP serves to procure essential software solutions while ensuring adherence to regulatory standards, promoting fair business opportunities, and establishing a clear framework for the contracting process.
    An amendment has been issued for the federal solicitation HC108424R0012, which is focused on establishing a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Adobe software licenses and related services. Key updates include the revised product list, proposal submission guidelines, and an extended due date for proposals to September 9, 2024, at 5 PM CST. The contract will cover a base period starting on September 30, 2024, with four optional yearly extensions. Authorized resellers of Adobe products are invited to submit proposals, with a minimum guarantee of $2,500. Offerors must demonstrate compliance with Section 508 accessibility standards and address data security and potential conflicts of interest in their submissions. Proposals must adhere to strict formatting guidelines and must be submitted electronically. The government maintains the right not to award any contracts based on the proposals received. This amendment ensures the procurement adheres to federal regulations while encouraging robust competition among qualified vendors.
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract concerning Adobe software licenses, upgrades, and maintenance services through SAM.gov. The contract will have a six-month base period and four one-year options, with a minimum guarantee of $2,500. Proposals are invited from authorized resellers, with the submission deadline set for September 3, 2024. It includes details about contract clauses, estimated order volumes, and conditions for submitting proposals. Additionally, it specifies requirements related to pricing, fee structures, and the selection process. The North American Industry Classification System (NAICS) code for this acquisition is 513210, and the Government reserves the right to accept or reject proposals based on compliance with the RFP. It emphasizes the importance of adhering to specified guidelines and deadlines to ensure eligibility for contract awards, reflecting standard practices in government contracting and focus on supporting small and veteran-owned businesses. The expectation is for potential contractors to maintain clear communications and thorough documentation throughout the bidding process.
    The document details an amendment to a government solicitation and contract, specifically modifying the contract identified as HC108424R0012. The primary purpose of this amendment is to correct formula errors in Attachment 1 while keeping the due date and time for submissions unchanged. The amendment requires contractors to acknowledge receipt of the changes to avoid rejection of their offers. This official amendment provides an updated table of contents for the solicitation's attachments, including specifications for product lists and other terms and conditions associated with the contract. It changes the document descriptions while maintaining prior versions of other attachments. Overall, the amendment serves to clarify and correct details within the solicitation without altering the original terms' effective nature. This is consistent with government practices in issuing Requests for Proposals (RFPs) and contract modifications, emphasizing transparency and accuracy in federal procurement processes. The document reflects ongoing federal efforts to update and maintain efficiency in contract management and execution.
    The document is a Request for Proposal (RFP) issued by the Defense Information Technology Contracting Organization (DITCO) for the establishment of a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Adobe software licenses, upgrades, maintenance, and support services. The contract will span a 6-month base period and four additional one-year options, from September 30, 2024, to March 29, 2029. Authorized resellers of Adobe software are invited to submit proposals, with responses due by September 9, 2024. The RFP outlines estimated minimum and maximum contract values, with a minimum guarantee of $2,500 for delivery orders. The document includes contingencies regarding proposal submission, inspection terms, and emphasizes compliance with sourcing regulations, especially concerning telecommunications equipment. Additionally, various clauses regarding small business participation and contract management are detailed. The procurement is designated for small business set-asides, particularly aiming to enhance opportunities for service-disabled veteran-owned and women-owned small businesses. The overall goal is to ensure the provision of software services that align with government standards and operational needs efficiently and responsively.
    The document is an amendment to a government solicitation, specifically modifying contract HC108424R0012. The amendment updates specific Contract Line Item Numbers (CLINs) x002, x003, x007, and x008 regarding the evaluated price tab. It extends the proposal due date to September 10, 2024, at 3 P.M. CST, providing guidelines for acknowledging the amendment. The changes include a revision in the Table of Contents for attachment documents, particularly Attachment 1, which now reflects the updated product list and description as AMD05. The document maintains all other established terms and conditions, emphasizing that acknowledgment of the amendment is critical for the validity of submitted offers. This amendment is crucial for potential contractors, as it outlines necessary changes regarding proposal submissions for ongoing government projects.
    The document outlines a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Adobe software licenses, upgrades, modernization, maintenance support, and services. It is initiated by DISA/DITCO on August 14, 2024, with offer submissions due by September 3, 2024. The contract will span a base period of six months and include four optional one-year extensions. The projected minimum order value is $2,500, with a maximum ceiling set at approximately $794 million. The contracting office invites proposals from authorized Adobe resellers while reserving the right not to award the contract. Key requirements include timely provision of Adobe subscriptions, compliance with specified terms, and a structured reporting process post-delivery. The solicitation is categorized under NAICS code 513210 for Software Publishing, and thorough compliance with the FAR and various clauses is mandated, ensuring adherence to federal procurement standards. This procurement reflects the U.S. government's intent to streamline software licensing processes while enhancing operational capacity through sought-after IT solutions.
    This document is an amendment to a federal solicitation, specifically updating the Product List and Description to include additional Contract Line Item Numbers (CLINs) ranging from x120 to x276. It addresses unacceptable large increases in escalation percentages for certain CLINs during option periods. The proposal submission deadline is extended to September 13, 2024, at 9 A.M. CST. The amendment modifies the original solicitation by changing the Table of Contents for associated attachments, ensuring that each updated attachment is appropriately referenced and dated. The document maintains all other terms unless specifically altered by this amendment. Contractors are required to acknowledge receipt of this amendment, detailing the method of acknowledgment to avoid potential rejection of their offers. The amendment exemplifies the federal government's ongoing adjustments in procurement processes, balancing contractor expectations with budgetary constraints and service deliverables. It underscores the need for meticulous compliance and communication in government contract modifications.
    The document outlines a Request for Proposals (RFP) HC108424R0012 from the Defense Information Technology Contracting Organization (DITCO) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Adobe software licenses, upgrades, and related services. The contract is intended for a 6-month base period starting September 30, 2024, with four optional one-year periods. Proposals are due by September 9, 2024, and must comply with various federal acquisition regulations, emphasizing submitted offers' adherence to qualifications as authorized Adobe resellers. The anticipated contract volume, while bound by a minimum guarantee of $2,500, could potentially reach a ceiling limit estimated at nearly $794 million. The RFP encourages the participation of small businesses, including disadvantaged groups like service-disabled veteran-owned and women-owned enterprises. Key requirements include submission deadlines for questions, explicit pricing structures, and delivery stipulations detailed in an extensive supply list. The project aims to ensure the government has comprehensive access to the necessary software solutions while adhering to protocol for procurement, compliance, and oversight in the contract process.
    The document outlines the proposal template for the Defense Information Systems Agency (DISA) regarding the solicitation of the Adobe JELA IV contract. This is a firm-fixed-price contract focused on various Adobe Creative Cloud products and services, emphasizing the procurement of licenses for multiple applications, including Adobe Creative Cloud Enterprise, Acrobat Pro, and ColdFusion, among others. The solicitation includes detailed line item numbers (CLINs) describing various software configurations and terms, particularly highlighting subscription options for named users, as well as transactional limits for government entities. Essential for potential contractors is the requirement to detail their Cage Code, contract type, and pricing structure along with a statement of work that must be mutually agreed upon prior to engagement. The comprehensive specifications provided underline the government's aim to enhance its digital services while maintaining compliance with federal standards and operational efficiency within the agencies involved. The overall goal is to facilitate the procurement of essential software tools in a structured and compliant manner, ensuring a seamless integration of Adobe solutions in federal operations.
    The Defense Information Systems Agency (DISA) has issued a Request for Proposal (RFP) for the Adobe JELA IV, solicitation number 842367889, structured as a Firm Fixed Price (FFP) contract. This proposal outlines various Adobe Creative Cloud offerings, including subscriptions for individual applications and comprehensive enterprise bundles, tailored for multiple branches of the U.S. military and related organizations. Each line item (CLIN) specifies different terms, pricing structures based on quantity, and user privileges for applications such as Adobe Acrobat Pro, Adobe Photoshop, and Adobe InDesign, among others. Additionally, the document details provisions for various service capacities, including on-premise licenses, user subscriptions, and storage options, catering to individual and enterprise-level needs. The proposal includes various pricing tiers and payment terms, mostly dependent on user numbers and service type. This RFP represents a strategic procurement effort by the DISA to consolidate software and service needs across military branches, ensuring compliance with federal regulations while optimizing digital tools available to defense personnel. The scope emphasizes the importance of digital resources in enhancing operational effectiveness and connectivity within the federal structure.
    The Defense Information Systems Agency (DISA) has released a proposal template for the solicitation titled "Adobe JELA IV," identified under solicitation number 842367889. This request for proposals (RFP) is structured as a firm fixed-price (FFP) contract, inviting contractors to fill in their names and codes. The document details various Contract Line Item Numbers (CLINs) for Adobe products and services, including versions of Adobe Creative Cloud, Acrobat Pro, FrameMaker, and specific applications including ColdFusion and Adobe Sign, designed specifically for government use. Products are outlined with pricing models based on user counts and specific requirements for Federal Risk and Authorization Management Program (FedRAMP) compliance. Moreover, several Enterprise product bundles and on-premise service options are highlighted, emphasizing support for varying user levels and transaction volumes. The structured approach to the listing emphasizes adherence to government procurement processes, focusing on clear deliverables and compliance measures essential for federal engagements. This RFP exemplifies the government’s ongoing commitment to integrating effective digital tools in operational capacities while ensuring compliance and affordability.
    The Defense Information Systems Agency (DISA) issued a proposal template for the Adobe JELA IV solicitation (number 842367889), establishing a Firm Fixed Price (FFP) contract framework for acquiring Adobe software products and services. The document outlines specific Contract Line Items (CLINs) detailing various Adobe products, including Creative Cloud applications, Acrobat, ColdFusion, and other tools, each available under different user terms (12-month terms) and user types (e.g., named user, enterprise). Pricing structures are established based on quantities, categorizing ranges for high-volume purchases. Payment terms, expected delivery timelines, and evaluation criteria are also specified. This solicitation aims to streamline procurement processes for federal entities, enhancing operational efficiencies with Adobe technology solutions while emphasizing adherence to budgetary constraints. The comprehensive listing of products provides a foundation for interested contractors to propose competitive bids, ensuring the government’s access to necessary digital tools and services aligned with mission requirements.
    The Defense Information Systems Agency (DISA) is seeking proposals for the Adobe JELA IV initiative through a Firm Fixed Price (FFP) contract. This solicitation, numbered 842367889, outlines a detailed list of Contract Line Item Numbers (CLIN) for various Adobe Creative Cloud products and services, including cloud-based applications, licenses for individual named users, and enterprise bundles. Pricing tiers are specified based on user quantities, indicating significant volume discounts for the various Adobe products and subscriptions, such as Acrobat Pro DC and AEM Forms, intended for government entities including the Army and Air Force. The document highlights additional services like technical communication tools, digital asset management, and virtual licenses, with a focus on flexible contracting options and potential custom scopes in the context of government contracting. The proposal requires completion by the contractor in specified fields, ensuring clarity and adherence to guidelines. Overall, the DISA's solicitation emphasizes enhancing digital capabilities within military and governmental organizations through structured procurement of Adobe's extensive software suite, supporting operational efficiency and compliance.
    The Defense Information Systems Agency (DISA) has issued a Request for Proposal (RFP) for the Adobe JELA IV project, under Solicitation Number 842367889, aimed at securing various Adobe software products and services for federal departments, including the Army and Air Force. The contract is structured as a Firm Fixed Price and covers a wide range of Adobe products, such as Adobe Creative Cloud applications, Acrobat Pro DC, AEM Forms, and various managed services. Each product has specifications for licensing terms, with options for online and offline use, including per-user pricing based on quantity thresholds. The detailed Contract Line Item Numbers (CLINs) outline specific offerings, their descriptions, and tiered pricing structures. The proposal template indicates that contractors will need to provide detailed pricing and delivery terms, following federal regulations and budget constraints. Overall, this solicitation reflects the government's commitment to leveraging digital tools to enhance operational efficiency across various agencies, necessitating compliance with regulatory standards while securing necessary software services.
    The Adobe Joint Enterprise License Agreement (JELA IV) outlines terms for procuring and licencing Adobe software and related services for eligible U.S. Department of Defense (DOD) agencies. The agreement specifies the scope of use for software products, including Adobe Acrobat Professional and Adobe Experience Manager, designating authorized users within the DOD ecosystem. Eligible agencies must define their organizational structure for licensing upon enrollment, and they can only order non-Enterprise products if they also procure Enterprise products. The document also details processes for onboarding, media distribution, software upgrades, deinstallation of licenses, data rights, transferability of licenses, and audit requirements. Specifically, audit requests can be made annually, with guidelines for internal tracking, while the Enrollee must ensure accurate software asset management. The contract prohibits automatic renewals and includes stipulations for government compliance with federal laws, ensuring transparency and management of licenses and fees. This procurement initiative reflects the DOD's commitment to providing essential software resources while ensuring regulatory adherence within the federal contracting structure.
    The Adobe Joint Enterprise License Agreement (JELA) establishes terms for the acquisition of Adobe software licenses and services for U.S. Department of Defense (DOD) agencies. It allows eligible agencies to procure commercial, off-the-shelf Adobe software, including upgrades and support, with specific stipulations for usage, distribution, and enrollment. The agreement defines various roles, such as Eligible Enrollees, Resellers, and Users, and outlines processes for software downloads, license deinstallation, and user data rights. Key points include licensing definitions, media distribution protocols, audit requirements, and terms regarding upgrades and renewals. The agreement emphasizes that licenses can only be distributed within the DOD and mandates that Enrollees maintain accurate records of software usage. Additionally, it specifies government-specific modifications to standard license terms to ensure compliance with federal law. Overall, this document serves as a framework for software procurement and governance within the DOD environment, ensuring that all parties adhere to established guidelines and reporting processes.
    The document outlines the Adobe Joint Enterprise License Agreement IV, emphasizing the requirements for sales reporting related to government contracts. It details a template for monthly sales submissions that includes essential information such as order dates, product specifications, pricing, and shipping details. It instructs users to maintain the integrity of column titles while offering the flexibility to add necessary fields for additional reporting details. Key components include the calculation of total prices, product categorization, and mandatory comments regarding order specifics, such as bundled items or unusual quantities. The template serves multiple government entities, ensuring compliance with contract specifications and facilitating effective tracking of software licensing and service usage. Overall, this document is essential for streamlining the reporting process within government contract frameworks, particularly for software and services provided by Adobe and its resellers.
    The document outlines the Revised Section 508 Standards, which mandate accessibility compliance for Information and Communication Technology (ICT) used by federal agencies. Key points include compliance requirements for electronic content, software, and hardware aligning with WCAG 2.0 Level A and Level AA success criteria. Public-facing content and certain official internal communications must adhere to specified accessibility standards to support individuals with disabilities. Detailed functional performance criteria emphasize the need for ICT to offer accessible modes for users with varying abilities, including those with vision, hearing, or cognitive limitations. Furthermore, authoring tools are required to facilitate the creation of accessible content, ensuring it is preserved during format conversions. This framework aims to guarantee that all ICT provided by federal agencies is usable by people with disabilities. Such adherence is critical amidst federal grants and RFPs, reflecting a commitment to inclusivity in governmental services and functions.
    The document addresses questions and answers related to the Request for Proposals (RFP) HC108424R0012 concerning Adobe's offerings under the JELA IV program. Key concerns include discrepancies between provided and required items, pricing strategies based on volume discounts, and billing practices for Software as a Service (SaaS) solutions. The government emphasizes adherence to the RFP's terms, particularly regarding lowest price offers and monthly billing in arrears. Further clarifications are sought on the definition of "Eligible Enrollee" and "Enterprise Footprint," alongside the roles of involved parties—the government, resellers, and enrollees. The RFP outlines specific strengths expected in technical proposals and expresses a preference for authorized resellers. Additionally, it highlights the importance of compliance with cybersecurity standards and stipulates the need for proposals to include OEM authorization. The document's purpose is to ensure clarity and compliance within the procurement process while addressing technical and contractual details essential for potential contractors.
    The Department of Defense (DOD) seeks to procure the Adobe Joint Enterprise License Agreement (JELA) IV through a justification for Other Than Full and Open Competition (OTFAOC). This procurement, valued at an estimated lifecycle cost over approximately four years and six months, involves brand-name Adobe software licenses for digital imaging, video editing, multimedia design, and web content management, vital for DOD operations across multiple sites, both domestically and internationally. The Defense Information Systems Agency (DISA) is leading the effort, emphasizing that only Adobe can meet the unique functional and security requirements necessary for integration within existing DOD systems. Extensive market research confirmed that alternatives lacked the required capabilities and security compliance. Existing contracts have established a precedent for continued reliance on Adobe products, with previous blanket purchase agreements validating this need. The sourcing process includes an open market solicitation to enable both large and small business resellers with authorization from Adobe to submit proposals. The justification outlines the critical nature of these tools in ensuring productivity and security across DOD channels, stressing that failure to secure these licenses risks operational effectiveness and information security. An ongoing evaluation of the procurement landscape will look for future opportunities to enhance competition while meeting essential service needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. The primary objective of this procurement is to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on training and curriculum maintenance related to Tactical Data Link (TDL) interoperability for U.S. and allied forces. This initiative is crucial for enhancing joint military capabilities and ensuring operational readiness through effective training programs. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil or Mary Mezzatesta at mary.l.mezzatesta.civ@us.navy.mil. The project is set to commence in December 2024 and run through December 2025, with options for extension.
    FY24 Enovia Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking proposals for the FY24 Enovia Support contract, which involves the procurement of annual maintenance for the ENOVIA server and client software, as well as CATIA V5R2021 licenses. This acquisition is crucial for maintaining the functionality of the 3DExperience platform, which is essential for computer-aided design and engineering applications within the Navy. The contract period will extend from the date of award until September 26, 2025, with a solicitation due date set for September 26, 2024. Interested vendors must submit a certification of authorized reseller status along with their quotes and can direct inquiries to Aimee Raley at aimee.k.raley.civ@us.navy.mil.
    Cameo Software Licenses and Associated Plugins
    Active
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), is seeking to procure various Cameo Software Licenses and associated plugins under a firm-fixed-price contract. The procurement specifically requires Cameo brand name products to ensure compatibility and enhance collaboration within the Department of Defense's Model-Based Systems Engineering framework, emphasizing the necessity of sufficient licenses to prevent workflow interruptions. Interested small businesses must submit their quotes for the specified items by 2:00 p.m. (EST) on September 18, 2024, with offers directed to Christopher Glista and Marco Castaneda via email. The procurement is set aside for small businesses, with a focus on authorized resellers, and the North American Industry Classification System (NAICS) code for this acquisition is 541519.
    COMMAND PE SOFTWARE - SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, is seeking proposals for the procurement of two Command PE Premium licenses as part of a service contract. The objective of this procurement is to secure the CommandPE software and associated licenses to enhance training capabilities through immersive war games and tabletop exercises, with a performance period scheduled from October 2, 2024, to March 1, 2025. This initiative is crucial for advancing the Navy's training methodologies by integrating custom environments for realistic simulations. Interested bidders must submit their quotes by 09:00 a.m. EST on September 18, 2024, to Amy Anderson at amy.c.anderson2.civ@us.navy.mil, ensuring compliance with all solicitation requirements and regulations.
    UNISYS Enterprise Output Manager (EOM) Software Support
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking authorized resellers to provide software support for the UNISYS Enterprise Output Manager (EOM) for the period from December 16, 2024, to December 15, 2025. The procurement includes comprehensive support services such as full enterprise support, department maintenance with a four-hour response time, and subscriptions for various software editions, emphasizing the need for reliable and consistent service to maintain operational integrity in government functions. Interested vendors are encouraged to express their interest in submitting a quote when the Request for Quote (RFQ) is posted, and they should provide information regarding any available option years. For further inquiries, interested parties can contact Vandella Squire at vandella.m.squire.civ@mail.mil or Keith Kovacs at keith.a.kovacs.civ@mail.mil.
    Cost Estimating Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Cost Estimating Software for Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The contractor will provide access to RS Means Online or an equivalent platform, ensuring simultaneous access for twenty-five users, compliance with the Construction Specifications Institute Masterformat, and reliable estimating data for project budgeting. This initiative is crucial for effective project management and budget accuracy within government contracting. Proposals are due by September 16, 2024, with a total award amount of $47 million, and interested parties can direct inquiries to Rodney Brown at rodney.brown.24@us.af.mil or Patrick S. Duff at patrick.duff.1@us.af.mil.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.