Accusoft Prizm Renewal
ID: HC102825R0048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT 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 renewal of Accusoft Prizm software licenses and support for various Naval Shipyards, including Norfolk, Pearl Harbor, Portsmouth, and Puget Sound. This procurement aims to ensure continued operational effectiveness by providing essential software updates and support, which are critical for maintaining the functionality of proprietary systems integral to military operations. The contract is set for a firm-fixed-price order with a performance period from June 29, 2025, to June 28, 2026, and is restricted to small businesses with a size standard of $47 million. Interested vendors should contact Bryanna Becker at bryanna.becker.civ@mail.mil or Josh Schaufelberger at joshua.t.schaufelberger.civ@mail.mil for further details, with proposals due by July 2, 2025, at 10:00 AM.

    Files
    Title
    Posted
    The document is a solicitation from the federal government (HC102825R0048) for the procurement of commercial items, specifically the PrizmAXViewer software and related support services. The offer submission deadline is set for June 24, 2025, at 9:00 AM, with a focus on small business participation. The items detailed include quantities, pricing, and specifics regarding delivery and support timelines, indicating a clear requirement for compliance with Department of Defense regulations for item identification. The terms of payment and the relationship with the System for Award Management (SAM) are also addressed, underlining the necessity for vendors to maintain updated registrations. Various clauses are included, detailing offer conditions, evaluation metrics based on technical acceptability and price reasonableness, and requirements related to telecommunications services to ensure compliance with federal laws prohibiting certain equipment. The document serves as a formal invitation for vendors to provide their offers to meet government needs, reinforcing essential procurement guidelines and standards.
    The document outlines the Class Justification and Approval (J&A) for an exception to the fair opportunity requirements of the Federal Acquisition Regulation (FAR), specifically for brand name software support. The Defense Information Systems Agency (DISA) is seeking to increase the ceiling for a specific modification to ensure continued support for proprietary software integral to its mission. This increase is justified under multiple statutory and regulatory authorities, emphasizing that only the original equipment manufacturers (OEM) can provide essential updates and support compatible with existing infrastructure. The action aims to facilitate procurement of annual software support from authorized resellers, maintaining operational effectiveness through 2025. Market research confirms no alternative products can meet the requirements without significant modifications, underscoring the importance of proprietary service continuity. Future acquisition efforts will remain competitive to explore alternative solutions while overcoming barriers to open competition as needed.
    The document is a government solicitation identified as solicitation number HC102825R0048, issued on July 2, 2025, for the procurement of commercial items, specifically various licenses and support for the PrizmAXViewer software. The offer submission deadline is set for July 2, 2025, at 10:00 AM. This acquisition is restricted to small businesses with a size standard of $47,000,000, and includes clauses from the Federal Acquisition Regulation (FAR) that are applicable to commercial contracts. The solicitation outlines specific items including quantities, unit prices, and delivery deadlines, which are required by various Naval Shipyards across the United States. The terms dictate that all items be delivered FOB (Free On Board) Destination and outlines inspection and acceptance terms. The statement also emphasizes compliance with regulations concerning telecommunications and cybersecurity. In sum, this solicitation highlights the government's commitment to acquiring software licenses and support tailored to military needs from eligible small business contractors, while ensuring adherence to federal contracting standards and regulations.
    Lifecycle
    Title
    Type
    Accusoft Prizm Renewal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Citrix Software Application
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding in Newport News, Virginia, is seeking bids for the renewal of Citrix software applications, including CITRIX Xen Desktop. This procurement is a 100% Small Business set-aside for a Firm Fixed Price contract, requiring the acquisition of 590 units of Citrix Universal Hybrid Multi-Cloud Government and 590 units of Citrix US 24/7 Support, both of which are brand-name-only products. The Citrix software is crucial for the operational efficiency of the U.S. Navy, ensuring reliable access to applications and support services. Bids are due by December 9, 2025, at 4:30 PM EST, with questions accepted until December 5, 2025; interested parties can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further information.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    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.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    Blueprint Print Software
    Buyer not available
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Eustis, is seeking sole source professional maintenance services for the proprietary Blueprint print software from PHAROS. This software is critical for all printer functions and is currently malfunctioning, leading to significant work stoppages and security compliance risks. The maintenance services are essential to restore full functionality, administrative reporting, and ensure cyber compliance, with the work to be completed over three consecutive days before the end of the calendar year. Interested parties can contact Stephanie M. Doutt at stephanie.m.doutt.civ@army.mil or William M. Jaeger at william.m.jaeger.civ@army.mil for further details.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    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.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.