F5 Software License
ID: N0025324Q0080Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is seeking to procure a range of F5 software licenses and associated services. The procurement includes specific F5 products, such as BIG-IP Service licenses and RMA services, which are critical for maintaining the functionality of the Application Delivery Gateway (ADG) and supporting essential Authentication, Authorization, and Accounting (AAA) processes. This sole source procurement is justified due to the unique capabilities of F5 products, which are already integrated into the existing infrastructure, making it impractical to switch to alternative vendors without significant operational disruptions. Interested parties can contact Brook Smith at brook.m.smith.civ@us.navy.mil for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification for the sole source procurement of F5 software and equipment through a Simplified Acquisition procedure, necessary for supporting mission-critical operations at NUWC Keyport. The F5 products specified, including the F5-SVC-BIG series, are essential for the continued function of the Application Delivery Gateway (ADG)/Network appliance, integral to Authentication, Authorization, and Accounting (AAA) processes. The existing software and related services provide unique capabilities not available from other vendors, making competition impractical. As this purchase is a license renewal for a product already embedded within the infrastructure, switching to a different provider would require extensive modifications, reauthorization under the Risk Management Framework (RMF), and disruptions to operations. The document emphasizes that no alternative could meet the exact requirements, thus necessitating procurement from the sole source, F5. This rationale is crucial for compliance with directives from NAVSEA 08, reinforcing that without approval, NUWC Keyport would be unable to fulfill assigned tasks.
    Lifecycle
    Title
    Type
    F5 Software License
    Currently viewing
    Sources Sought
    Similar Opportunities
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    Gnu Ada Translator(GNAT) Pro Ada Software and Licenses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is planning to award a Firm-Fixed Price (FFP) contract for the procurement of GNAT Pro Ada software and associated support services from AdaCore. This acquisition, which will be conducted on a sole source basis, is crucial for the US Army Combat Capabilities Development Command (DEVCOM) Armaments Center, ensuring they have the necessary software tools for their operations. The procurement process is authorized under Simplified Acquisition Procedures, reflecting the government's commitment to obtaining commercial solutions while adhering to federal regulations. Interested parties may submit capability statements or quotations by September 20, 2024, with inquiries directed to Qendresa Neza at qendresa.neza.civ@army.mil or Nicole Thalmann at nicole.l.thalmann.civ@army.mil.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    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.
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    70--Load Balancers, Support, and Training
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking load balancers, support, and training services for Shipyard Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) Yokosuka, Japan. The contract will be a Firm-Fixed Price Supply Type contract and will be awarded to a vendor who meets the Lowest Price Technically Acceptable (LPTA) factors and brand name (A10 Networks) requirements. The solicitation will be posted on the NECO website on or about 1/11/19, with a closing on 1/17/19. Interested vendors should register on the NECO website under solicitation number N00406-19-Q-0082 and must be registered in the System for Award Management (SAM) to participate. Contact Tyler Mayfield at tyler.mayfield@navy.mil for any questions.
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is seeking contractors for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed-price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and the solicitation is anticipated to be released around September 23, 2024, with proposals due approximately 30 days thereafter. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details.
    Studio 5000 Professional
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Studio 5000 Professional licenses. Studio 5000 Professional is a type of business application software used for various purposes within the IT and telecom industry. The Naval Surface Warfare Center Philadelphia intends to award the contract to Kendall Electric on a sole source basis. The place of performance for this procurement is Philadelphia, PA, USA. For any inquiries, please contact Shawn M. Waters at shawn.m.waters11.civ@us.navy.mil.
    United States Navy and FMS Laser Guided Bombs Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure Computer Control Group (CCG) and Airfoil Group (AFG) components for GBU-10/12/16 Laser Guided Bombs (LGBs) to support the United States Navy and Foreign Military Sales (FMS) partners. This procurement is critical for maintaining the operational capabilities of the Navy's precision-guided munitions, as it involves components that meet stringent performance specifications established by the United States Air Force. The anticipated contract, expected to be awarded in May 2025, will be a Firm Fixed Price type for a one-year period to fulfill requirements for Fiscal Year 2025. Interested parties may contact Kevin Simone at kevin.a.simone.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil for further information, noting that this is a presolicitation notice and not a request for proposals.
    Next Generation Fathometer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking industry input for a potential Firm-Fixed Price contract for the Next Generation Fathometer, a SONAR sounding set. This initiative aims to gather insights from both large and small businesses regarding their capabilities to meet the procurement requirements, specifically focusing on manufacturing capabilities, production lead times, and familiarity with SONAR technologies. The anticipated product will play a crucial role in measuring water depth for Navy vessels, ensuring effective underwater operations. Interested parties are invited to respond to a technical questionnaire by 4:00 PM PDT on October 3, 2024, with all submissions kept confidential. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.