Notice of Intent to Award Sole Source to MAPUSOFT
ID: N66001-25-Q-6178Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (7)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to MAPUSOFT for the automated conversion of Very Low Frequency (VLF) legacy waveform code from ADA to modern C++. This procurement is critical for updating and maintaining the functionality of legacy systems, ensuring they meet current technological standards. The contract will be awarded on a Firm-Fixed-Price basis under FAR Simplified Acquisition Procedures, with the applicable NAICS code being 541519 for Other Computer Related Services. Interested parties who believe they can meet the requirements are encouraged to contact Contract Specialist James W Lindsey at james.w.lindsey6.civ@us.navy.mil or by phone at 619-553-3841 for further inquiries.

Point(s) of Contact
James W LindseyContract Specialist
(619) 553-3841
james.w.lindsey6.civ@us.navy.mil
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
NOTICE OF INTENT TO SOURCE TO RESOURCE ANALYSIS CORPORATION
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Resource Analysis Corporation for the procurement of a Smart License Tool and associated technical services. This acquisition is being conducted on a noncompetitive basis under FAR 13.106-1(b), as Resource Analysis Corporation is deemed the only source capable of fulfilling the Government's requirements. The contract will be a Firm-Fixed-Price purchase order, emphasizing the importance of these software solutions in supporting the Navy's operational capabilities. Interested parties may submit inquiries or quotes by April 21, 2025, to the primary contact, Mr. Joseph Bancod, at joseph.bancod@navy.mil, and must be registered in the System for Award Management (SAM) to participate.
Sole Source to 3DB LABS INC for 1301247862 Sceptre-10G-ITAR Software per Attachments
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a sole source contract to 3DB Labs, Inc. for the renewal and maintenance of the SCEPTRE-10G-ITAR software, which is critical for signal processing capabilities. This procurement is essential as 3DB Labs, Inc. is the only provider capable of fulfilling these specific software needs without incurring significant training and data conversion costs associated with switching to alternative solutions. The estimated value of this acquisition exceeds $25,000, and interested vendors must submit their quotes along with supporting documents, including a capabilities statement and proof of past performance, by the specified deadline. For further inquiries, interested parties can contact Terra Roberts at terra.s.roberts.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.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.
E6B – Very Low Frequency/ High Power Transmit System (VLF/ HPTS) - Follow on Flush DO
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source contract with Rockwell Collins for the flushing and inspection of the Very Low Frequency/High Power Transmit System (VLF/HPTS) Dual Trailing Wire Assembly (DTWA) on the E-6B aircraft. This procurement is critical for maintaining the operational readiness and functionality of the VLF communication systems used in airborne strategic command and control. The anticipated contract, which will be a Firm Fixed Price Task Order, is expected to span 12 months, commencing from the anticipated award date of November 30, 2025. Interested parties may submit capability statements or proposals within 30 days of this notice, and inquiries can be directed to Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil or Bezeyem Lemou at bezeyem.lemou.mil@us.navy.mil.
58--CONVERTER,FREQUENCY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of frequency converters, with a total quantity of seven units required. The solicitation emphasizes the need for compliance with various quality assurance and inspection standards, as well as adherence to regulations regarding equal opportunity for veterans and workers with disabilities. These converters are critical components in communication systems, ensuring reliable operation within naval operations. Interested vendors must submit their quotations via email to Nadia Govorushko at nadia.govorushko@navy.mil by the specified deadline, with all contractual documents considered "issued" upon electronic transmission.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
Seafloor Mapping Software
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software, specifically requiring 18 new software licenses along with extended maintenance agreements for both new and existing licenses. This software is critical for supporting various commercial undersea sensors and must comply with operational standards, including usability on classified SOCOM networks, emphasizing the importance of security compliance and ongoing technical support in federal procurement processes. Interested small businesses must submit their bids by April 30, 2025, with the selection process following a Lowest Price Technically Acceptable (LPTA) approach, and can direct inquiries to Ramon Jimenez at ramon.jimenez.7@us.af.mil or Yvette Prioleau at yvette.prioleau.1@us.af.mil for further details.
NATIONAL MAINT. RENEWAL
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking quotations for the renewal of software service programs, specifically for LabVIEW and related services, under a volume license agreement. The procurement aims to ensure the continued availability of essential software and associated technical support, maintenance, and updates from June 1, 2025, to May 31, 2026. This opportunity is set aside for small businesses and requires compliance with various Federal Acquisition Regulations, emphasizing the importance of maintaining operational capabilities within the Department of the Navy. Interested vendors must submit their brand name quotes by April 24, 2025, at 4 PM, and can direct inquiries to Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil.
North Atlantic Industries Sensor interface Unit
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
58--CONVERTER,FREQUENCY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting quotes for the repair and modification of frequency converters. This procurement aims to secure a firm-fixed price for the repair of these critical communication equipment components, which play a vital role in military operations and communications. The Small Business Administration has determined that this opportunity is not set aside for small businesses, and the requested response time for quotes is 120 days. Interested contractors should direct inquiries to Jacob R. Wells at 215-697-1227 or via email at jacob.r.wells1@navy.mil.