Standard Portable Electronic Maintenance Aid Cyber Solution
ID: N68335-25-R-0340Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to negotiate a sole source contract with Ricardo Defense, Inc. for the Standard Portable Electronic Maintenance Aid Cyber Solution (SPECS) IT support. This procurement aims to secure IT product support, cybersecurity maintenance, and configuration updates for the SPECS solution, with deliverables including monthly cybersecurity packages and quarterly maintenance services. The contract will be awarded on a firm fixed-price basis, justified under 10 U.S.C. 3204(a)(1) due to the necessity of a single responsible source, although the government will consider responses received within 15 days, indicating potential flexibility in evaluating competition. Interested parties can reach out to Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or by phone at 732-672-9186 for further inquiries.

    Files
    Title
    Posted
    The Naval Air Warfare Center Aircraft Division is planning to negotiate a sole source contract with Ricardo Defense, Inc. for the Standard Portable Electronic Maintenance Aid Cyber Solution (SPECS) IT support. This contract will include IT product support, cybersecurity maintenance, and configuration updates for the SPECS solution, with deliverables consisting of monthly cybersecurity packages and quarterly maintenance services. The contract will be awarded on a firm fixed-price basis, justified under 10 U.S.C. 3204(a)(1) due to the necessity of a single responsible source. This notice is not a solicitation for competitive proposals, but the government will consider responses received within 15 days, indicating a degree of flexibility in evaluating competition based on the responses. Ultimately, the discretion to pursue competitive procurement lies with the government. This document reflects the procedures associated with federal RFPs and emphasizes the importance of specific vendor qualifications for high-security IT solutions in governmental operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is initiating a sole source contract action for the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, emphasizing the importance of maintaining operational readiness and support for existing military systems. The Request for Proposal (RFP) N00164-25-RFPREQ-CR-JXW-0087 is part of a broader strategy to enhance military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    16--SBC 2 DUAL CORE XEO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure 38 units of the 16--SBC 2 Dual Core XEO, which requires repair or modification. This procurement is governed by specific engineering source approval requirements to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract action is intended for a sole source award under FAR 6.302-1, with a 45-day window for interested parties to express their interest and capability to meet the requirements. For further inquiries, interested vendors can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    70--Raytheon High Speed Guard maintenance and support
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to solicit and negotiate a sole source Firm Fixed Price (FFP) contract for Raytheon High Speed Guard maintenance and support. This service is typically used for the purchase of software publishers. The contract will be available for download at the NECO Website.
    SOLE SOURCE – ANYSYS ZEMAX OPTIC ENTERPRISE SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS ZEMAX Optic Studio Enterprise Lease Software under a sole source contract. This procurement aims to provide essential software licensing for optical design and analysis, which is critical for various defense applications. The contract is structured as an unrestricted opportunity under NAICS code 513210, emphasizing the government's commitment to engaging small businesses, particularly Women-Owned Small Businesses (WOSBs). Interested parties can reach out to Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for inquiries, with a delivery deadline set for April 11, 2025.
    NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.
    SOLE SOURCE – TOTAL LIFE CYCLE MANAGEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source procurement contract for Total Lifecycle Management (TLCM) services related to the Network Switch Circuit Card Assembly (Part Number DMV-690-230902). The selected vendor, Curtiss-Wright, will be responsible for addressing engineering change orders, obsolescence reports, risk mitigation strategies, and providing direct support from lifecycle specialists over a contract period commencing no earlier than November 1, 2024, and extending for three years, with options for two additional years. This procurement is vital for maintaining advanced network systems that support U.S. defense operations, emphasizing compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards. Interested parties can contact Trista Ray at trista.m.ray.civ@us.navy.mil for further information.
    FLEX-EX Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for the FLEX-EX Maintenance Renewal contract. This procurement aims to secure maintenance services for the FLEX-EX software, which is critical for various applications within the Navy's operational framework. The selected contractor will be responsible for ensuring the software remains functional and up-to-date, thereby supporting the Navy's mission and operational readiness. Interested vendors can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069, or Faith L LaGore at faith.l.lagore.civ@us.navy.mil or 760-793-3498 for further details.
    LDRA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking qualified vendors to provide a range of software tools for software analysis and verification, specifically targeting C/C++ applications on Linux. The procurement involves seven distinct software products to be delivered in lots from May 1, 2025, to April 30, 2026, under a fixed-price contract format, with a strong emphasis on small business participation, particularly from service-disabled veteran-owned businesses. This initiative underscores the government's commitment to enhancing software capabilities while adhering to federal acquisition regulations, including cybersecurity measures and compliance with warranty and data rights clauses. Interested parties can reach out to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886 for further details.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, is seeking quotes for the procurement of IDS branded parts, including electrical components and equipment such as W1 Cable Assemblies and Monitors, under solicitation number 24-SIMACQ-E20-0006. This procurement is classified as a sole-source acquisition due to the unique capabilities of the specified vendor, which are critical for maintaining the integrity and performance of existing systems, as alternative components would require extensive testing and could delay installations scheduled for mid-2025. Interested vendors must submit their quotes by March 10, 2025, via email, ensuring that their proposals remain valid for at least 60 days, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors can contact Jorge Ortiz or Keith A. Shaner via their respective emails.