BMC Footprints L1 renewal
ID: HQ0100522912Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 5:00 PM UTC
Description

The Department of Defense, through the National Defense University (NDU), is seeking to procure maintenance and support for the BMC FootPrints Level 1 (L1) software, which is essential for managing IT help desk requests across the university. This procurement aims to ensure continuity of software programming and timely upgrades to prevent potential software failures that could impact the effectiveness of NDU's Information Technology Department. The contract is a sole-source requirement with RightStar, Inc. as the only authorized provider, covering a period from May 29, 2025, to May 28, 2028, and requires compliance with Section 508 accessibility standards. Interested vendors must submit their quotations by 1 PM ET on April 10, 2025, and direct any inquiries to Rubean Joy Varghese at rubean.j.varghese.civ@us.navy.mil.

Point(s) of Contact
Rubean Joy Varghese. The best way to reach the point of contact for this action is via email at rubean.j.varghese.civ@us.navy.mil
rubean.varghese@navy.mil
Files
Title
Posted
Apr 7, 2025, 7:05 PM UTC
The document is a combined synopsis/solicitation for brand name supplies, specifically related to IT support for the National Defense University (NDU). It outlines a Request for Quotation (RFQ) for a firm-fixed-price purchase order for BMC Footprints software maintenance. The solicitation includes key items required, such as the BMC Footprints Concurrent User Agent Suite, Named User Agent Suite, and overall software package maintenance for a total contract spanning from May 29, 2025, to May 28, 2028. This procurement is a sole source contract, as RightStar, Inc. is the only authorized provider of BMC Footprints support for the Federal Government. The document emphasizes the importance of maintaining critical software for seamless operation and compliance with Department of Defense network connectivity. Interested vendors must demonstrate their qualifications and capabilities, while ensuring compliance with accessibility standards mandated by Section 508. The procurement highlights the government's intent to maintain operational integrity while minimizing risks associated with software inadequacies.
Apr 7, 2025, 7:05 PM UTC
The National Defense University has issued a Request for Quotations (RFQ) concerning the procurement of Electronic and Information Technology (EIT) supplies from RightStar Inc. This RFQ is designated as a sole-source requirement under FAR 6.302-1, emphasizing a competitive procurement procedure. The items requested include the FootPrints Concurrent User Agent Suite and the FootPrints Named User Agent Suite, along with continuous support for a span of 12 months post-delivery. Contractors are required to be registered in the System for Award Management (SAM) and to comply with Section 508 of the Rehabilitation Act, ensuring accessibility for individuals with disabilities. Quotations must be submitted by 1 PM ET on April 10, 2025, and all questions prior to submission are due by 10 AM ET on April 9, 2025. The document provides detailed specifications, delivery requirements, and includes clauses addressing various compliance matters, including cybersecurity and fair labor practices. By adhering to this RFQ, the government aims to acquire necessary IT services efficiently and augment the operational capabilities of the National Defense University while ensuring compliance with regulatory standards.
Apr 7, 2025, 7:05 PM UTC
Lifecycle
Title
Type
BMC Footprints L1 renewal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
Purchase VGStudio software maintenance
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC-IHD), intends to award a sole-source contract for the renewal of VGStudio MAX software maintenance to VCloud Tech. This procurement aims to secure comprehensive software maintenance services, including phone and email support for two instances of the software, along with downloadable updates for a minimum of 12 months, ensuring compatibility with Microsoft Windows 10 and 11 without requiring hardware changes. The maintenance is crucial for supporting nondestructive evaluation (NDE) activities while adhering to federal security requirements, as all services must be accessible without direct internet connection. Interested parties must submit their capabilities by April 25, 2024, at 10 AM (EST) to Nicole Coleman via email at nicole.coleman@navy.mil, and must be registered in the System for Award Management (SAM).
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
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.
NETAPP Software and Warranty
Buyer not available
The Department of the Navy, specifically the Naval Research Laboratory (NRL), is seeking quotations for the procurement of NETAPP Software and Warranty as part of a Total Small Business Set-Aside opportunity. This procurement includes essential software subscriptions, warranty extensions, and support services for NETAPP storage systems, which are critical for maintaining operational capabilities within the NRL's IT infrastructure. Interested vendors are required to attend a mandatory Q&A meeting scheduled for April 16, 2025, and must submit their quotations by April 25, 2025, to ensure compliance with the solicitation requirements. For further inquiries, vendors can contact Andrea Graves at andrea.graves@NRL.NAVY.MIL or Theresa Macpherson at theresa.l.macpherson.civ@us.navy.mil.
Notice of Intent - Sole Source - NMCI Support (BRIDGE)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a Sole Source contract to the Advanced Alliant Solution Team (AAST) for continued operational support of NMCI deskside support and standardized hardware and software services. This procurement aims to bridge the gap in contract support for the Naval Air Systems Command (NAVAIR) Program Management Aviation (PMAs) and NAWCAD Groups until a competitive follow-on contract is awarded. The contract period is anticipated to run from May 1, 2025, to October 31, 2025, with the primary place of performance located at Patuxent River, Maryland. Interested parties may direct inquiries to Brandon Reaser at brandon.p.reaser.civ@us.navy.mil or Ashley Graves at ashley.d.graves4.civ@us.navy.mil, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
Mathworks MATLAB software licenses and maintenace support
Buyer not available
The National Institute of Standards and Technology (NIST), part of the Department of Commerce, intends to negotiate a sole source contract with MathWorks Inc. for the acquisition of MathWorks MATLAB software licenses and maintenance support for a one-year period. This procurement aims to renew essential software licenses and maintenance support necessary for NIST's operations at its Gaithersburg and Boulder campuses, ensuring continuity in computational, visualization, and programming capabilities critical to NIST's scientific mission. Interested parties that believe they can meet these requirements are invited to submit their capabilities in writing by 8:00 a.m. Eastern Time on April 30, 2025, to Prateema E. Carvajal at prateema.carvajal@nist.gov, as no solicitation package will be issued for this opportunity.