25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
ID: N6339425Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses an inquiry related to a Request for Proposal (RFP) regarding the procurement of software services. Specifically, it confirms that the requirement is for a 12-month subscription rather than a full purchase of a software license. This clarity is essential for vendors to understand the terms of engagement and pricing structures involved in the proposal process. The focus on subscription indicates a preference for a flexible, ongoing access model to software rather than a one-time transactional purchase, aligning with current trends in software service acquisition among governmental entities wishing to allocate budget over time while ensuring access to continually updated resources. Emphasizing subscription models, this RFP reflects a shift towards more adaptable commercialization approaches that facilitate ongoing service improvements and support. The concise interaction underscores the importance of clear communication in government procurement processes.
    The document details a justification for the sole-source procurement of the SMART software from RAC for the Navy's obsolescence management program. It cites 10 U.S.C. 2304(c)(1) as the statutory authority allowing for this procurement without full and open competition, asserting that the SMART software is uniquely available from RAC and is essential for addressing Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues. The software's exclusive features include Bill of Material (BOM) management, real-time data monitoring, and detailed obsolescence reporting, which are critical to maintaining operational efficiency. Despite efforts to solicit additional offers via sources sought notices, no capable alternatives were identified. The document states that using alternative sources would lead to significant costs and delays, further justifying the decision. The contracting officer has deemed the anticipated costs fair and reasonable. Additionally, no plans for future competition for these services exist, but they will be assessed annually for potential alternatives. This summary encapsulates the necessity of the procurement decision within the government contracting framework, addressing both operational and financial implications.
    The Naval Surface Warfare Center, Port Hueneme Division, has issued a solicitation for SMART program licenses pertaining to the G/ATOR, SPS-75, and SPS-77 systems, with the solicitation number N63394-25-Q-0024. The firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, is set aside for a sole source vendor, Resource Analysis Corporation. Interested vendors must submit their quotes in PDF format via email by April 16, 2025. The total price will be evaluated based on both price and technical capability, as well as past performance. Vendors are required to provide detailed administrative information, a price breakdown, and verify compliance with the annual VETS-4212 Report. Specific provisions and clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are also applicable to the solicitation. This procurement aligns with government efforts to streamline acquisitions for defense-related products and services.
    The Naval Surface Warfare Center, Port Hueneme Division, issued a Sources Sought Notice to identify potential contractors capable of fulfilling requirements for SMART Program Licenses for G/ATOR, SPS-75, and SPS-77 systems. This market survey aims to gather information to determine procurement methods, potentially allowing for a small business set-aside or full and open competition. The notice specifies a need for several 12-month licenses and requests interested parties to provide company details, capabilities, rough cost estimates, and feedback on feasibility. The NAICS code 513210 applies, with a small business standard size of $47 million. Submissions are due by 3 PM Pacific Time on March 4, 2025, and must be sent to the designated government contact. The Navy clarifies that no contractual obligations or funding is guaranteed at this stage, and responses will be evaluated without reimbursement for any incurred costs. Identifying proprietary information in responses is essential, and the government will safeguard such data. This notice does not represent an official solicitation but is a preliminary step in market assessment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    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.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    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.
    58--PROCESSOR,RADAR DAT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair and modification of radar data processors. The procurement aims to increase the quantity of units from 3 to 13, with a focus on returning these items to a Ready for Issue (RFI) condition through comprehensive repair, testing, and inspection processes. These radar processors are critical for airborne radar equipment, ensuring operational reliability in defense applications. Interested contractors must submit firm-fixed price quotes by November 21, 2025, and can direct inquiries to Samantha Freedman at 215-697-6566 or via email at samantha.m.freedman.civ@us.navy.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    AN/SPY-6(V) Production RFI/Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6(V) radar systems, which are critical for naval vessels including Arleigh Burke Class Destroyers and aircraft carriers. The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the production and support of various SPY-6 radar variants, with an anticipated award date as early as FY27 and no later than FY28. These radar systems are designed to enhance air and missile defense capabilities, utilizing modular and scalable technology to meet diverse operational requirements. Interested parties are encouraged to submit their intent to participate in upcoming industry days and provide feedback on the draft solicitation by specified deadlines, with key contacts being Spencer Bryant and Alexander Gosnell for further inquiries.