Jira Maintenance Renewal
ID: N00173-25-Q-1301179925AType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
  1. 1
    Posted Nov 24, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 24, 2024, 12:00 AM UTC
  3. 3
    Due Nov 27, 2025, 10:00 PM UTC
Description

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.

Files
Title
Posted
Nov 25, 2024, 12:06 AM UTC
The document outlines a federal procurement request for an extension of a commercial license for Jira Service Management Data Center software. The specific request pertains to a license upgrade for 250 users, increasing from an initial capacity of 100 users. The contractor identified in this document is Deviniti, with an associated part number listed as ATL-MP-EXTENSIONJSM-250. This initiative falls within the broader context of federal government contracting, emphasizing the expansion of software capabilities to meet organizational needs. The structured format indicates essential details such as the National Stock Number (NSN) and contract reference, ensuring clarity in the procurement process. Overall, the purpose of the document is to facilitate the upgrade of services to enhance governmental operational efficiency through appropriate software resources.
Nov 25, 2024, 12:06 AM UTC
The document outlines a request for proposals (RFP) related to software licensing upgrades for various Jira-related services within a Data Center environment. It specifies that the current license quantity for several software products is being increased from 100 to 250 users, enhancing service capabilities. The software items include Jira Service Management, Confluence, ScriptRunner, Theme Extension, In-App & Desktop Notifications, and Queues, with each item listed with specific upgrade details, part numbers, and service entity numbers. The purpose of this RFP is to procure additional licenses necessary for expanding user access to these software products, ensuring that the operations can accommodate a larger workforce. This upgrade is crucial for maintaining productivity and user effectiveness in software management, the specifics of which are documented thoroughly in the file under the unique reference number.
Lifecycle
Title
Type
Jira Maintenance Renewal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
7A21 - Adobe Acrobat Professional Software Licenses for Enterprise FRL Offline in support of My Navy Career Center (NMCC), Navy Personnel Command (NPC)
Buyer not available
The Department of Defense, through the Naval Supply System Command (NAVSUP) Fleet Logistics Center Norfolk, intends to procure 300 Adobe Acrobat Professional Software Licenses with Enterprise Feature Restricted Licensing Offline for the My Navy Career Center (MNCC) and Navy Personnel Command (NPC). This procurement is essential for processing travel claims at OCONUS Personnel Support Detachments, and the contract will be awarded on a sole source basis to GovSmart, Inc., a certified Small Business and HUBZone firm. Interested parties must submit their quotes by 3:00 PM Eastern Savings Time on April 28, 2025, via email to the designated contacts, Elene Chappelle or Adelina Lozzi, as no paper copies of the solicitation will be available.
RFI Atlassian Alternatives
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding alternatives to Atlassian licenses for software tools that support DevSecOps for Platform One (P1) and its collaboration with the U.S. Space Force. The request for information (RFI) outlines the need for licensing options that include customizable project management tools, IT service management capabilities, and collaborative documentation features, all while ensuring compliance with DoD security standards such as CMMC, NIST, and FedRAMP. This procurement is crucial for enhancing operational efficiency and security in a highly regulated environment, with vendors required to submit their responses using the provided Excel sheet by contacting Maj. Jamail Walker at jamail.walker.1@us.af.mil or Elijah Simmons at elijah.simmons.4@us.af.mil.
Configuration Management Professional (CMPro) User Licenses
Buyer not available
The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking information from qualified vendors for the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This procurement involves a web-hosted Software as a Service (SaaS) implementation of CMPro licenses, which are essential for asset management in compliance with regulatory and quality requirements within the Department of Defense. The contract is expected to last for 12 months, with options for renewal over four additional years, and responses to the Request for Information (RFI) are due by May 2, 2025. Interested vendors should contact Porchia Locke at porchia.y.locke.civ@us.navy.mil for further details and guidance on submitting their capability statements.
SciTools Understand License Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of licenses for SciTools Understand software on a sole-source basis from Emenda USA. The procurement includes 20 units of UND-LAB20-SUB, 4 units of UND-LAB-RESET, and 5 units of UND-NL-SUB, as Emenda USA is the sole authorized distributor for Scientific Toolworks Inc. in North America. This software is critical for various defense-related applications, ensuring quality and reliability in software development and analysis. Interested firms that believe they can meet the requirements must submit a capability statement to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil within five days of this notice, referencing solicitation number N6893625Q5053. All interested parties must also be registered in the System for Award Management (SAM) database to be eligible for contract award.
7A21 - Parts and Logistics Management System
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking quotes for a Parts and Logistics Management System to support the Center for Security Forces (CENSECFOR). This procurement aims to establish a firm-fixed-price purchase order for a commercial software solution, with an anticipated coverage period of three 12-month base units and four options, plus a potential six-month extension. The selected system will play a crucial role in enhancing logistics and parts management capabilities within the Navy. Interested vendors must submit their quotes via email to the designated contacts by the specified deadline, with the required delivery date set for June 16, 2025. For further inquiries, Abbey Taylor and Jacob Gephart can be reached at their respective email addresses.
SonarQube Enterprise Edition
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the SonarQube Enterprise Edition 1M P/N SONARQUBE to support the establishment of the Collaborative Software Support Activity (CSSA). This procurement will be conducted on a sole source basis from Carahsoft Technology Corp, as they are the only authorized distributor capable of meeting the government's specific requirements due to their proprietary data and technical capabilities. The contract will be a firm-fixed price agreement, and interested parties may submit capability statements or proposals for consideration, although this notice is not a request for competitive proposals. Responses must be submitted by May 10, 2025, at 14:00 PM EDT, and inquiries can be directed to Ms. Zaib Nageeb at zaib.nageeb.civ@us.navy.mil.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
70--Splunk Enterprise renewal
Buyer not available
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.
Sole Source - Accuris Account
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a Request for Quote (RFQ) N66604-25-Q-0228 for the renewal of its proprietary Accuris Product Design and Deposit Account Replenish software. This procurement seeks to secure a total of 999 seats for one base year with four optional years, emphasizing the unique capabilities of the Accuris brand, which are deemed critical to military operations and cannot be easily substituted without incurring significant costs. Interested vendors must submit detailed quotes by April 30, 2025, and ensure registration in the System for Award Management (SAM), as the contract will not be open to competitive quotes; evaluations will consider past performance to determine technical acceptability. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
DF01 - JAGLink PowerApp Conversion Services
Buyer not available
The Department of Defense, specifically the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide JAGLink PowerApp Conversion Services. The objective of this procurement is to transition the existing JAGLink legal advisory application to a Microsoft Azure Power Apps solution while maintaining its current functionalities, necessitating extensive experience in SharePoint and Power Apps. This project is crucial for enhancing judicial support services within the Navy, ensuring compliance with technical and security standards during the migration process. Interested vendors must submit their quotations, including past performance documentation, by April 28, 2025, with the anticipated contract award date set for May 1, 2025. For further inquiries, vendors can contact Tierra Watson at tierra.k.watson.civ@us.navy.mil or call 757-443-1395.