CMPRO Software and Support
ID: N0016726Q1029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a sole-source, firm fixed-price purchase order to Professional System Associates, Inc. (PMA) for CMPRO software. This action is based on FAR 6.302-1(a)(2)(ii), as PMA is the exclusive source for this required software, with no compatible alternatives available. The NSWCCD is utilizing Simplified Acquisition Procedures for this procurement. Interested parties can submit capability statements by 12:00 PM on December 29, 2025, though this is not a request for competitive proposals. The government will consider all responses to determine if a competitive procurement is feasible, but the decision remains at their discretion. Inquiries should be directed to Michael Bonaiuto at michael.j.bonaiuto.civ@us.navy.mil.
    This government file, N0016726Q1029, outlines the requirements for CMPRO software, including standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years. The contract details firm-fixed-price arrangements for all items. Inspection and acceptance for all items, including option years, will occur at Destination by NSWC CARDEROCK in Bethesda, MD, with Michael Bonaiuto as the receiver. Deliveries are requested by January 9th for 2026, 2027, and 2028, also to NSWC CARDEROCK. The document includes various FAR and DFARS clauses, particularly regarding electronic invoicing via Wide Area WorkFlow (WAWF) and detailed payment instructions. Key contacts for contract administration are Michael Bonaiuto (Contract Specialist) and Sydney McDonald-Johnson (PCO/ACO). The document emphasizes adherence to federal holidays, operational hours, and contractor responsibilities regarding changes and points of contact. It also includes numerous clauses covering topics such as safeguarding covered defense information, prohibition on certain telecommunications equipment, and various socio-economic programs.
    The NSWCCD requires a sole-source justification for renewing its Configuration Management Professional (CMPRO) license and support from Professional Systems Associates, Inc. (PSA). This justification, under the Simplified Acquisition Threshold, is based on the determination that only PSA can provide the required services due to proprietary rights and exclusive licensing agreements. Market research indicated that while other tools exist, CMPRO is already DADMS approved, has an active Cybersecurity Authority to Operate (ATO), and is integrated with existing systems, making alternative solutions significantly more expensive and complex due to customization needs and cybersecurity concerns. PSA is also the only entity capable of modifying the custom forms and screens developed for NSWCCD's unique change management requirements. The estimated price is based on GSA Schedule prices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    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.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    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.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    (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.
    C521_Rockwell Material_SSM Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Order to Rockwell Automation INC. for the procurement of Rockwell Material in support of C521 efforts. This procurement is a follow-on effort, with the Government planning to make an award in the first quarter of FY26, emphasizing the unique capabilities of Rockwell Automation as the only responsible source for fulfilling the Navy's requirements. The goods and services sought are critical for the Navy's operational needs, and interested parties may express their interest and capability by responding to the notice, although this is not a request for competitive proposals. Responses must be submitted in writing via email to Judy Secoda by 4:00 PM on December 17, 2025.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Professional Support Services for PEO USC PMS 420 and PMS 495
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from SeaPort-NxG MAC holders regarding Professional Support Services for the Program Executive Office Unmanned and Small Combatants (PEO USC) Littoral Combat Ship Mission Modules (PMS 420) and Mine Warfare (PMS 495). The procurement aims to gather capabilities for various task areas, including program management, technical and system engineering support, logistics, and mission module operations, to enhance the existing personnel and processes within the program offices. This sources sought notice is intended for market research purposes and to assess the potential participation of small businesses, with a total estimated labor requirement of 1,531,405 hours, categorized into junior, mid, and senior labor levels. Interested parties must submit their capability statements electronically by December 30, 2025, to the designated contacts, Logan Kelley and Jonathan Dickinson, with specific formatting and content requirements outlined in the notice.