iPreflight Genesis Software Licenses
ID: FA286025Q4021Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.

    Files
    Title
    Posted
    The document outlines a Single Source Justification for the procurement of proprietary software licenses for the iPreflight Genesis Performance application from Aircraft Performance Group LLC (APG), essential for C-37A/B aircrews. The software provides offline access to electronic takeoff and landing data (eTOLD), enabling accurate recalculations under varying conditions without requiring internet connectivity. This app was selected as it is the only one compliant with FAA airworthiness requirements and approved by the manufacturer Gulfstream, ensuring safety during airlift operations supporting the National Command Authority. The justification indicates that other available software does not meet the specific functionality required for the C-37 Electronic Flight Bags. The contracting officer has confirmed that only APG's software fulfills the agency's needs, with a commitment to publicly post justification after contract award. Ongoing market research will continue to explore future competitive options.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.
    Digital Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    BroadSim Upgrade
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking to procure upgrades for the BroadSim Signal Generator software through a non-competitive process. The procurement is aimed at acquiring proprietary software upgrades from Orolia/Talen-X, which are essential for maintaining compatibility and interoperability with the existing BroadSim Signal Generator equipment used by the Joint Navigation Warfare Center (JNWC). This upgrade is critical as it ensures the continued operational effectiveness of the navigation warfare capabilities without replacing the current inventory of equipment. Interested parties can reach out to Shawn Hires at shawn.hires.1@us.af.mil or by phone at 402-294-2455 for further information regarding this opportunity.
    Computer, Present Po
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a "Computer, Present Po," specifically designed for the KC-46 aircraft. This procurement involves the supply of a gear and shaft assembly that plays a critical role in regulating the feel force at the pilots' elevator control columns, with a total line item quantity of four units required. The estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0073) is December 17, 2025, with a closing date of January 16, 2026, and delivery is expected on or before November 8, 2026. Interested parties should direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil, and are advised that the procurement will not be set aside for small businesses, with no surplus authorized and qualification requirements applicable as per FAA certification procedures.
    ForeFlight Military Flight Bag Pro
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure the ForeFlight Military Flight Bag Pro, a mobile device product that includes both hardware and perpetual license software. This procurement aims to enhance operational capabilities for military aviation by providing advanced flight planning and navigation tools tailored for military use. The contract will be executed in California, with the primary contacts for this opportunity being Terrance Sandifer and Tasha Arestizabal, who can be reached via email or phone for further inquiries. Interested vendors should prepare to engage with the procurement process as details unfold.
    Launch and Early Orbit, Anomaly Resolution and Disposal Operations (LADO) Follow-On (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking a sole-source contractor to provide software, hardware, and engineering services for the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) program. The contract, valued at approximately $34 million, is intended to support the LADO system, which is critical for GPS satellite operations, as it transitions to the Next Generation Operation Control System (OCX) that has faced delays. The procurement includes a base period of 12 months with options for additional six-month periods, and interested parties can contact Audrey Lee at audrey.ARMSTRONG.4@US.AF.MIL or Christa Phillips at christa.phillips.1@us.af.mil for further details.
    Simio Software License(s) Hill AFB, UT
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking to procure seven (7) Simio RPS Edition Single User Annual Subscription Licenses – Node Locked for use at Hill Air Force Base in Utah. This procurement aims to fulfill a requirement for software that includes technical support and updates, essential for operational efficiency within the Air Force. The licenses are expected to be delivered within 30 days after receipt of order to the designated shipping address at Hill AFB. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details and to express their interest in this opportunity.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.