RFQ - VG Studio Software Renewal and Additional Module
ID: W911QY-25-R-VGSTType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command at Natick, Massachusetts, is seeking quotations for the renewal of VG Studio software licenses and the addition of specific modules. The procurement includes a node-locked maintenance license for VGSTUDIO MAX Cast and Mold, along with add-on licenses for CT Reconstruction and Fiber Composite Material Analysis, each accompanied by a one-year update agreement. This software is critical for ongoing science and technology projects related to composite ballistic materials, underscoring its importance in advancing defense technology. Interested vendors, who must be authorized resellers of VG Studio products, should submit their quotations electronically to Kevin Morris by August 6, 2025, with all inquiries directed to the same contact via email.

    Files
    Title
    Posted
    The CCDC Soldier Center's Ballistic and Blast Protection Team requires software renewal and the addition of modules for VG Studio software. Specifically, the request includes a node-locked maintenance license for VGSTUDIO MAX Cast and Mold, along with add-on licenses for CT Reconstruction and Fiber Composite Material Analysis, each with a one-year update agreement. The vendor must be an authorized reseller of VG Studio products. There are no additional direct costs noted, and the deliverables consist of updated software licenses and modules. Invoicing will occur through the WAWF system post-confirmation of software receipt, with a two-week lead time for delivery following the order. Delivery is to the U.S. Army Natick RD&E Center, and the point of contact for inspection and acceptance is Andrew Strzepek. This procurement outlines the essential software tools needed to support ongoing science and technology projects concerning composite ballistic materials, demonstrating a commitment to cutting-edge defense technology.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CST STUDIO SUITE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.
    Altair Hyperworks Software Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    7A21--Y90 Simplicity Software License
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking qualified sources to provide Simplicity Y-90 Personalized Dosimetry Software under a Sources Sought Notice (36C25726Q0143). This procurement aims to identify potential vendors capable of fulfilling the requirements for a service contract that includes a base year and four option years, with performance taking place at the South Texas Veterans Health Care System in San Antonio, TX. The software is critical for personalized dosimetry in medical applications, emphasizing the importance of accurate and effective treatment planning for patients. Interested businesses must submit their responses, including company details and socio-economic status, by December 10, 2025, at 10:00 am CST via email to Gillian M. Hooge at gillian.hooge@va.gov.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by Part PWIPRM. This software is essential for measuring and controlling device manufacturing, aligning with the NAICS code 334519 and PSC code DA10, which pertains to IT and telecom business applications. The procurement is crucial for enhancing operational capabilities within the Navy's measurement and inspection processes. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or call 445-227-0085 for further details regarding this opportunity.
    BRAND NAME SOLE SOURCE – ANSYS STK LICENSE/MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a brand name sole source license and maintenance for ANSYS STK software. This procurement is justified under the notice type "Justification" and falls within the IT and Telecom sector, specifically for business application software with a PSC code of 7A21. The ANSYS STK software is critical for various defense applications, providing essential capabilities for modeling and simulation. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    TIERED SMALL BUSINESS SET-ASIDE FOR forty-five (45) Virtual Contact Center (VCC) Software Licenses
    Buyer not available
    The Department of Defense, specifically the U.S. Army Research Laboratory (ARL), is soliciting proposals for forty-five (45) Virtual Contact Center (VCC) software licenses to support Tier 1 and Tier 2 Help Desk operations. The procurement is structured as a tiered small business set-aside, which will transition to full and open competition if no acceptable offers are received from responsible small businesses. The VCC system must be a web-based, cloud-hosted application compatible with major browsers, featuring essential functionalities such as call management, reporting tools, and integration capabilities, with a performance period starting January 1, 2026, and lasting through December 31, 2026, along with two optional years. Proposals are due no later than three business days after posting by 11:59 AM EST, and interested parties should contact Myoung J. Kang-Jones at myoung.j.kang-jones.civ@army.mil for further information.
    Savit D1-EOD Kit
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the procurement of the Savit D1-EOD Kit, which consists of 19 distinct parts essential for explosive ordnance disposal operations. The procurement is structured as a Request for Quotation (RFQ) and requires the delivery of specific components manufactured by Savit Corp, including items such as the 'Thumb Plate' and 'Universal Controller Case,' with quantities ranging from 20 to 55 units for each part. This equipment is critical for ensuring the safety and effectiveness of military operations involving ordnance disposal, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotations by December 12, 2025, with an anticipated award date of January 15, 2026; for further inquiries, contact Ashlee Wesley at ashlee.wesley@navy.mil or 540-742-8849.
    MODULE, FIBER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a fiber module. This contract involves the supply of unique identification and valuation items, with specific requirements for inspection, acceptance, and packaging as outlined in the solicitation documents. The goods are critical for various military applications, ensuring operational readiness and compliance with stringent quality standards. Interested vendors should direct inquiries to Sarah E. Rice at 771-229-3872 or via email at SARAH.E.RICE14.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.