7A21 - Vimeo Livestream Subscriiptions (Sole Source)
ID: N0018925QZ130Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, intends to award a sole source contract to Vimeo.com, Inc. for the provision of Vimeo Livestream Business Communication subscriptions for the National Defense University (NDU). The procurement includes specific requirements such as nine consecutive streams of unique video and audio content, multiple software licenses, extensive bandwidth, and comprehensive support services, all aimed at enhancing the educational experience for NDU faculty, staff, and students. This contract is critical for facilitating live streaming and content management for NDU's curriculum, with a subscription period of twelve months starting February 10, 2025, and includes four optional extensions. Interested parties must submit their capability documentation to Contract Specialist Daniel Moore at Daniel.moore3@navy.mil by February 6, 2025, at 3:00 PM EST to be considered for this opportunity.

    Point(s) of Contact
    Daniel Moore 215-697-5181 Daniel Moore, Phone: 215-697-5181, Email: Daniel.moore3@navy.mil
    Daniel.moore3@navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE TO UNIVERSITY CORPORATION FOR ADVANCED INTERNET DEVELOPMENT
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to the University Corporation for Advanced Internet Development for a one-year subscription to Internet2 Higher Education Membership and InCommon Federation Participation. The specific requirements include a Masters Large, Level 3 membership for both Internet2 and InCommon Federation, which are critical for enhancing advanced internet services and collaboration among higher education institutions. Interested parties are invited to submit capability statements, not exceeding six pages, by 12:00 PM Pacific Standard Time on January 28, 2025, to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be solicited for this procurement.
    N66001-25-Q-6064 - Notice of Intent to Award Sole Source Order to DittoLive Incorporated
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to DittoLive Incorporated for the procurement of Common Operation Datasync Licenses. This acquisition is critical for ensuring the operational efficiency and reliability of the Navy's information technology and telecommunications systems. The contract will be awarded on a Firm-Fixed-Price basis under the authority of FAR 13.106-1(b), and while the procurement is noncompetitive, other responsible sources may submit quotations for consideration. Interested parties must direct their inquiries to Contract Specialist Dane J Black via email by January 24, 2025, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to participate.
    ENVI SOFTWARE MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for software maintenance related to interactive data visualization and geospatial software packages, specifically IDL and ENVI. The objective of this procurement is to secure a Firm Fixed-Price (FFP) contract that includes the renewal of existing licenses, ongoing support for a 500-seat license, and new software updates for IDL, ENVI, and SARSCAPE. This software is critical for geospatial analysis and visualization, which supports various defense operations. Interested vendors must submit a capability statement by 10:00 AM Pacific Standard Time (PST) on February 6, 2025, via email to kevin.l.nimmo.civ@us.navy.mil, as no competitive proposals will be accepted.
    U--DMSS-N training for NAVIFOR
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    58--A/V Equipment
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    AutoDesk Netfabb Ultimate 12-month license renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to renew a 12-month license for AutoDesk Netfabb Ultimate on a sole-source basis from DLT Solutions, LLC. This procurement is essential for maintaining the operational capabilities of the Navy, as AutoDesk Netfabb Ultimate is a critical software tool used for additive manufacturing and design processes. The government intends to proceed under the authority of 10 USC 2304 (c) (1), citing that only one responsible source can meet the agency's requirements. Interested parties must submit their responses within fifteen (15) days of the notice publication, and inquiries can be directed to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754.
    Autodesk
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Autodesk software and related support exclusively from DLT Solutions, LLC, under a sole-source solicitation. This procurement is essential for maintaining the operational capabilities of the Combatant Craft Engineering Technology Center Lab, as Autodesk software is uniquely compatible with the U.S. Navy's design and modification requirements for boats and crafts. The government intends to award a firm fixed-price purchase order using Simplified Acquisition Procedures, with interested parties required to submit a capabilities statement by 11:59 AM on February 7, 2025. For further inquiries, interested vendors can contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil or by phone at 301-227-0589.
    OEM Runtime CPU License to RTI Data Distribution Service, Core Libraries and Utilities (17+ Cores)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of 18 OEM Runtime CPU Licenses for the RTI Data Distribution Service, Core Libraries, and Utilities, which are essential for operational capabilities at the Center for Surface Combat Systems in Dahlgren, Virginia. The licenses are required to be delivered by February 28, 2024, under a firm fixed-price contract, emphasizing the importance of compliance with federal regulations and a preference for small businesses, particularly those owned by veterans. Interested vendors must submit their quotes via email by 2:00 PM on February 5, 2025, and any inquiries regarding the solicitation should be directed to the primary contact, Jeffrey Sirkin, at jeffrey.m.sirkin.civ@us.navy.mil, by February 3, 2025.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.
    Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services- Notice of Intent to Sole Source
    Buyer not available
    The Office of Naval Research (ONR), part of the Department of Defense, intends to award a Firm Fixed Price (FFP) contract to Unison Software, Inc. for the continued operations and maintenance support services of the UNISON ACQUISITION system. This procurement is justified under FAR 13.500(a) as Unison is the only source capable of providing the necessary expertise and proprietary access to the software critical for ONR's operations. The contract is expected to be announced around March 2025, and while this notice is not an invitation for proposals, interested parties may submit their technical capabilities within fifteen days for consideration. For further information, potential vendors can contact Joan Troutman at joan.r.troutman.civ@us.navy.mil or Alejandro Moreno at alejandro.moreno.civ@us.navy.mil.