IBM Rational DOORS Engineering Software
ID: 25-SIMACQ-PD-104-0030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, focusing on a subscription and support renewal for 18 units. This solicitation emphasizes compliance with federal acquisition regulations, including adherence to electronic and information technology accessibility standards, and mandates that the software be free from security threats while meeting the standards set by the National Institute of Standards and Technology (NIST). The contract aims to ensure the acquisition of commercial products that meet strict performance and accountability requirements, with an offer due date of March 18, 2025. Interested vendors can reach out to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation (N6449825Q5053) from the Naval Surface Warfare Center Philadelphia Division regarding the procurement of IBM DOORS family floating software, emphasizing a subscription and support renewal for 18 units. Key details include an offer due date of March 18, 2025, and a focus on compliance with various federal acquisition regulations and clauses relating to electronic and information technology accessibility standards. The contractor must ensure that all software is free from security threats, adhere to the standards set by the National Institute of Standards and Technology (NIST), and comply with Delivery terms specified in the contract. The document establishes a framework for contract administration, specifying points of contact for various contract functions and emphasizing accountability in case of any organizational conflicts of interest. It reinforces the importance of compliance with federal laws, electronic invoice submission, and the necessity for the contractor to maintain transparent communication with the government representatives. The solicitation demonstrates the government's commitment to acquiring commercial products while adhering to strict requirements for performance and accountability, reflecting broader objectives in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tableau Business Intelligence Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals from qualified small businesses for the procurement of Tableau Business Intelligence Software. The solicitation includes the acquisition of a Tableau Creator Server and a Tableau Viewer Server, with specific quantities and part numbers outlined, emphasizing that only authorized brands will be accepted. This procurement is crucial for enhancing data analysis and visualization capabilities within the Navy, ensuring compliance with current software standards and accessibility requirements under Section 508. Proposals are due by 2:00 PM on March 13, 2025, and interested parties can contact William Henry Morton at william.h.morton39.civ@us.navy.mil or 484-358-2255 for further information.
    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.
    Brightly Inc. Asset Essentials Core & Capital Forecast Direct Software Licenses
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking to procure software licenses for Brightly Inc.'s Asset Essentials Core and Capital Forecast Direct. This procurement aims to enhance planning and inventory management for maintenance tasks at the National Defense University's campuses in Washington, D.C., with a focus on ensuring compliance with federal acquisition regulations and accessibility standards. The anticipated contract period is from April 21, 2025, to April 20, 2030, with quotes due by 1 PM on March 12, 2025, and questions to be submitted by 10 AM on the same day. Interested vendors must be registered in the System for Award Management (SAM) and demonstrate their capability to provide the required software solutions. For further inquiries, vendors can contact Rubean Joy Varghese via email at rubean.j.varghese.civ@us.navy.mil.
    Trials Data Acquisition & Analysis System (TDAAS) Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for the procurement of Trials Data Acquisition & Analysis System (TDAAS) hardware, specifically brand-name components from National Instruments. This acquisition aims to modernize the Data Acquisition System on the FFG63 class vessel by replacing obsolete legacy systems, which is critical for maintaining operational readiness and monitoring ship performance. The total estimated value of the procurement will be funded from FY25 Research, Development, Test, and Evaluation (RDT&E) funds, with a delivery timeline of seven weeks from order acceptance. Interested vendors must submit their quotations by March 24, 2025, and can contact Zachary McCurry at zachary.f.mccurry@navy.mil for further information.
    12 Month Renewal for CHICAGO® Suite Software Maintenace
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking to renew the maintenance contract for the CHICAGO® Suite Software for a period of 12 months. This procurement aims to ensure continued support and updates for the software, which is critical for various defense-related applications. The CHICAGO® Suite is essential for the development and management of business applications within the IT and telecom sectors, highlighting its importance in maintaining operational efficiency. Interested vendors can reach out to Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579 for further details regarding this opportunity.
    SOLE SOURCE – Keysight Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting offers for a sole source service contract for the procurement of unique software licenses from Keysight/Riscure. This solicitation, categorized under Other Computer Related Services (NAICS 541519), emphasizes the acquisition of USB portable subscription licenses for software, with specific quantities and options for additional seats, all under brand-name procurement guidelines as mandated by the Federal Acquisition Regulation (FAR). The initiative aims to support women-owned small businesses while ensuring compliance with federal contracting standards, with detailed instructions regarding payment methods, delivery expectations, and reporting requirements. Interested vendors can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further inquiries regarding this opportunity.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    Jira Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.
    70--Endgame software subscription renewals
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR NORFOLK for Endgame software subscription renewals. The software is intended for use by Naval Information Forces (NAVIFOR). The contract will be a Firm Fixed Price contract for a five-year period, starting from August 12, 2019, to August 11, 2024. The acquisition is classified under the NAICS code 314614 with a size standard of 1,250 employees. The RFP package will be available for download on or about July 22, 2019, from the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.
    FLEX-EX Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for the FLEX-EX Maintenance Renewal contract. This procurement aims to secure maintenance services for the FLEX-EX software, which is critical for various applications within the Navy's operational framework. The selected contractor will be responsible for ensuring the software remains functional and up-to-date, thereby supporting the Navy's mission and operational readiness. Interested vendors can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069, or Faith L LaGore at faith.l.lagore.civ@us.navy.mil or 760-793-3498 for further details.