OASIS MONTAJ SOFTWARE SUBSCRIPTION
ID: N00174-25-SIMACQ-D2-0020Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Securities and Commodity Exchanges (523210)

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 (NSWC) Indian Head Division, is seeking to renew the subscription for the Oasis Montaj™ software bundle, which is critical for Unexploded Ordnance (UXO) Quality Assurance efforts. This software, which must be installed on a non-NMCI computer, serves as a vital post-processing tool that integrates geophysical data from various sources, thereby enhancing the analysis of underground anomalies and ensuring efficient data processing and third-party quality assurance. The renewal period for the subscription is set for 15 months, commencing upon purchase, and is essential for monitoring contractors' cleanup efforts and aligning data analysis with established quality objectives in UXO operations. Interested parties can contact Christina E. Simpson at christina.e.simpson@navy.mil or by phone at 301-744-6627 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for renewing the subscription to the Oasis Montaj™ software bundle, essential for the Department of Defense's (DoD) Unexploded Ordnance (UXO) Quality Assurance efforts. This software, which must be installed on a non-NMCI computer, serves as a post-processing tool that integrates geophysical data from multiple sources, enhancing the analysis of underground anomalies. Without this software, the government cannot efficiently process data or conduct third-party quality assurance, leading to potential work stoppages. The renewal period is set for 15 months, commencing upon purchase. The document emphasizes the software's critical role in monitoring contractors' cleanup efforts and ensuring that data analysis aligns with established quality objectives, reinforcing its necessity in UXO operations. Overall, the request highlights the significance of the Oasis Montaj software in supporting vital government operations related to unexploded ordnance management.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    GreenHills Software & Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to renew its contract for GreenHills Software and associated maintenance services. This procurement is focused on software publishing, particularly in the realm of application development software, which is critical for various defense applications. The renewal of this software is essential for maintaining operational capabilities and ensuring the continued effectiveness of defense systems. 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.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.
    NAVFAC EXWC NCG ONE Port Assessment Tool
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Systems and Expeditionary Warfare Center, is seeking information from potential vendors regarding the development of the NCG ONE Port Assessment Tool. This tool is intended to enhance the assessment capabilities for naval operations, focusing on port assessments that are critical for strategic planning and operational readiness. The procurement aims to gather insights and capabilities from industry participants to inform future contract opportunities. Interested parties are encouraged to reach out to Crystal Brooks at crystal.s.brooks2.civ@us.navy.mil or by phone at 805-982-3993, or Anna Maria Sandry at annamaria.l.sandry.civ@us.navy.mil or 805-982-5537 for further information.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    ASTi HW Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to procure an ASTi hardware upgrade on a sole source basis from Advanced Simulation Technology Inc. This procurement includes various communication and audio equipment aimed at replacing an aging system to enhance internal and external communications capabilities at the facility, with specific requirements for server units, client licenses, audio distribution units, headsets, and software subscription services. Interested offerors must comply with the Trade Agreements Act (TAA) and submit their quotes by February 27, 2025, while ensuring registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.
    25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking potential contractors for SMART Program Licenses related to the G/ATOR, SPS-75, and SPS-77 systems. This Sources Sought Notice aims to identify qualified vendors capable of providing several 12-month licenses, with the intent to assess procurement methods that may include small business set-asides or full and open competition. The licenses are critical for the operational capabilities of the Navy's advanced radar systems, ensuring effective performance in various defense applications. Interested parties must submit their company details, capabilities, and rough cost estimates by 3 PM Pacific Time on March 4, 2025, to the designated contacts, Jorge Ortiz and Brian Carpenter, with no guarantee of funding or contractual obligations at this stage.
    FY25 Keysight Technologies (Ixia) Software
    Buyer not available
    The Department of Defense, through the Department of the Navy, is conducting a Sources Sought Notice to identify vendors capable of supplying brand-name Keysight Technologies (Ixia) software maintenance and renewals. This procurement is crucial for maintaining the operational readiness of the Marine Corps' Command, Control, Communications, Computers, Cybersecurity, and Intelligence (C5I) systems, particularly for the Perfect Storm platform, and includes a Base Year (FY25) and three Option Years (FY26–FY28) for software subscriptions and technical support. Vendors are required to ensure compliance with the Trade Agreements Act (TAA) and provide scalable solutions for bandwidth upgrades, with proposals due by February 25, 2025. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Kendra Johnson at kendra.johnson@usmc.mil.
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    LS DYNA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking qualified vendors to lease the ANSYS INC LTSC LS-Dyna Large System Core, with a requirement for 125 units for the license period from May 1, 2025, to April 30, 2026. This procurement is aimed at acquiring advanced computational resources necessary for government and research purposes, emphasizing the importance of utilizing cutting-edge technologies in defense operations. Interested vendors must be authorized resellers and are required to comply with various federal regulations, including inspection and acceptance criteria, invoicing through the Wide Area Workflow (WAWF) system, and adherence to ethical standards. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at 540-613-3296 for further information.
    OA Testing of DODIC MT57, MT58, MT65 (F-16 .33, .40, 1.0 Sec Delay Initiators)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking test support for the performance and reliability evaluation of specific cartridge-and propellant-actuated devices (CAD/PADs) identified by various DODICs, NSNs, and part numbers. The procurement involves conducting non-destructive and ballistic/functional tests to assess the effects of age and service exposure on these devices, with a requirement to complete testing within 120 days of receiving government-furnished materials. This initiative is crucial for ensuring the reliability and safety of military ordnance systems, reflecting the ongoing commitment to performance in defense-related testing environments. Interested contractors should contact Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil for further details.