Interplay Learning Virtual Crane Library software licenses and support renewal
ID: HC102825R0070Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to procure software licenses and support renewal for the Interplay Learning Virtual Crane Library, specifically for the Puget Sound Naval Shipyard & Intermediate Maintenance Facility. This procurement aims to secure an unlimited subscription for four simulator stations, with a contract period extending from the date of award through May 31, 2026, and includes three optional one-year extensions until May 31, 2029. The software is critical for maintaining mission capabilities, as it is already integrated into existing systems, and the acquisition is set aside for small businesses under NAICS code 513210. Interested vendors must submit their proposals by August 8, 2025, at 1:00 PM CST, and can contact Alexis Corley at alexis.n.corley.civ@mail.mil or Amber Analla at amber.m.analla.civ@mail.mil for further information.

    Files
    Title
    Posted
    This document is a Class Justification and Approval (J&A) for an exception to fair opportunity under Federal Acquisition Regulation (FAR) Subpart 16.5, specifically for brand-name software support. The Defense Information Systems Agency (DISA) requires this J&A to continue mission-critical software support for previously purchased proprietary, commercial off-the-shelf software already integrated into their existing infrastructure. The modification (MOD 1) increases the current ceiling of the J&A to ensure continued ability to renew software licenses and support until December 31, 2025. The justification is based on the essential nature of the particular brand-name products, as market research indicates other products cannot meet or be modified to meet agency needs due to interoperability and proprietary restrictions. The scope is limited to software support, including subscription renewals, and does not cover new software licenses. Procurements will be awarded to authorized resellers, utilizing various contract vehicles, with price reasonableness determined at the individual order level through competition among resellers. The agency will continue to explore alternative solutions and promote competition where possible, while acknowledging the current necessity of brand-name support for existing systems.
    This government Request for Proposal (RFP) HC102825R0070, issued by DISA/DITCO-SCOTT-PS83, seeks an unlimited subscription to a VR Crane Library for four simulator stations. The contract includes a base period from the date of award through May 31, 2026, with three one-year options extending to May 31, 2029. The acquisition is set aside for small businesses, with a NAICS code of 513210 and a size standard of $47,000,000. Offers are due by August 8, 2025, at 1:00 PM local time. The evaluation will use a technically acceptable/price reasonable methodology, requiring submissions from the Original Equipment Manufacturer or an authorized reseller. Key requirements include registration in the System for Award Management (SAM) and compliance with various FAR and DFARS clauses, particularly those related to telecommunications equipment and the Buy American Act.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE – SOFTWARE LICENSES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    Citrix Brand Name Virtual Apps / Software Subs
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.
    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.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    17--CRANE ASSY,MAINTENA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    48--DISK,VALVE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the procurement of disk valves under solicitation number N00104-25-Q-ZD72. The contract will require the provision of specialized materials that are critical for shipboard systems, emphasizing the importance of quality assurance and compliance with stringent specifications to prevent failures that could lead to serious consequences. This procurement is particularly significant as it involves materials designated as "SPECIAL EMPHASIS," necessitating rigorous inspection and certification processes to ensure safety and reliability. Interested vendors must submit their offers by the extended deadline of December 18, 2025, at 4:30 PM local time, and can direct inquiries to Kathryn E. Shutt at 717-605-2430 or via email at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL.
    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.