Makai Plan Pro and Makai Lay Software licenses, maintenance, and support
ID: N3943025Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFAC SYSTEMS AND EXP WARFARE CTRPORT HUENEME, CA, 93043-4301, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities and Expeditionary Warfare Center (NAVFAC EXWC), is seeking to procure licenses, maintenance, and support for the Makai Plan Pro and Makai Lay software. This procurement involves the renewal of four software licenses essential for hydrodynamic modeling of submarine cable deployments, which are critical for ensuring safe Fleet Moorings for the US Naval Fleet. The software has been in use for over 20 years, and the contract will provide necessary technical support, repairs, system patches, and software upgrades for a 12-month period, ensuring uninterrupted operational capabilities. Interested parties can contact Jonathan Oliveros at jonathan.c.oliveros.civ@us.navy.mil or Emily Rummell at emily.rummell.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document contains a series of encrypted or corrupted data streams, making it challenging to extract coherent information. It does not present comprehensible content regarding federal government RFPs, grants, or related topics. Due to its garbled nature, the intended purpose, key ideas, and structured information are obscured. It is likely that the original text discussed procedural guidelines, eligibility criteria, or program descriptions related to federal and state/local funding opportunities. However, without clear data, the document's implications and directives remain indiscernible, hindering analysis or synthesis. This highlight underlines potential technical issues affecting the legibility and communicative purpose of government-related documentation.
    The document outlines the justification for the sole source procurement of software licenses from Makai Ocean Engineering Inc. for the Naval Facility Engineering Command (NAVFAC). According to FAR 13.106-1(b)(1)(i), the contracting officer can solicit from one source due to circumstances like urgency and exclusive licensing agreements. The acquisition focuses on renewing four licenses for Makai Plan Pro and Makai Lay software, which are essential for conducting analyses necessary for providing safe Fleet Moorings for the US Naval Fleet. The memo highlights that the software has been utilized for over 20 years at NAVFAC, and switching to alternative solutions would incur significant retraining costs and operational inefficiencies. Additionally, it states that the acquisitions are necessary for meeting customer requirements and maintaining continuous operational support. The contract is projected for a 12-month performance period, emphasizing the critical nature of the software for NAVFAC's mission without any expected competition due to the unique nature of the product.
    The contract outlined in the statement of work pertains to the maintenance, support, and upgrades of the Makai Plan Pro and Makai Lay software utilized by the Naval Facilities & Expeditionary Warfare Center (NAVFAC EXWC) for hydrodynamic modeling of submarine cable deployments. NAVFAC EXWC currently holds three licenses for Makai Plan Pro and one for Makai Lay and requires annual renewal of maintenance services. The contractor is expected to provide technical support, repairs, system patches, and software upgrades for a period of 12 months from the award date. The performance will take place at NAVFAC EXWC in Port Hueneme, California, ensuring uninterrupted operational capabilities and continued technical support. This requirement is part of the government's commitment to maintain and enhance critical software functions needed for effective operational outcomes in defense-related projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    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.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    NOTICE OF INTENT TO SOLE SOURCE -- MATHWORKS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of a firm-fixed-price license for the MATLAB and Simulink product families. This requirement includes software maintenance for the existing MathWorks Total Academic Headcount (TAH) License, Campus Wide Suite, which is critical for the Naval Postgraduate School (NPS) in Monterey, California, as it supports various academic and research activities across the campus. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on December 8, 2025, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals and no solicitation document exists for this requirement.
    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.
    Refurbishment and Factory Acceptance Testing of SEAMAC Winch
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a contractor for the refurbishment and factory acceptance testing of a SEAMAC winch, with the intention to award a firm fixed price contract on a sole-source basis to Okeanus Science & Technology. The project involves restoring the operational capability of the SEAMAC winch, which has been in service since 2001 and is critical for towed array testing aboard the R/V CHINOOK, following a failed dynamic testing event. The contractor will be responsible for all labor, tools, supplies, and equipment necessary to refurbish the winch to original specifications, validate its performance through comprehensive testing, and deliver an Acceptance Test Report and a Government Property Inventory Report by December 31, 2025. Interested parties may submit capability statements by December 10, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil for consideration in future competitive procurements.
    Test, Engineering/Analysis Fleet Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.