Bridge Part Task Trainer (BPTT) Voyage Management System (VMS) License
ID: N6134025P1000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking to procure six licenses for the Voyage Management System (VMS) version 9.5.2, intended for the Littoral Combat Ship Bridge Part-Task Trainers located at the Littoral Training Facility in Mayport, Florida. This procurement is a sole source solicitation directed to Northrop Grumman Systems Corp., emphasizing the need for compliance with contract requirements and the delivery of Commercial-Off-The-Shelf (COTS) support items, including manuals and operational procedures. The acquisition of these licenses is crucial for modernizing naval training systems and ensuring the operational readiness of training simulators. Interested parties can direct inquiries to Pablo Barbatto at pablo.n.barbatto.civ@us.navy.mil or Emily Lawrence at emily.g.lawrence3.civ@us.navy.mil, with the contract expected to be awarded using Simplified Acquisition Procedures and delivery anticipated no later than August 29, 2025.

    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the procurement of six licenses for the Voyage Management System (VMS) version 9.5.2, intended for the Littoral Combat Ship Bridge Part-Task Trainers (BPTT) located at Mayport. It specifies that the contractor is to manage program activities ensuring compliance with contract requirements, focusing on the provision of Commercial Items and Non-Developmental Items. Key tasks include documenting and transferring warranties for delivered components, and consolidating Commercial-Off-The-Shelf (COTS) support items, such as manuals and operational procedures. The contract mandates the delivery of VMS licenses and related documentation after government approval. This procurement effort underscores the U.S. Navy's commitment to training system modernization through the acquisition of up-to-date software licenses, ensuring operational readiness of naval training simulators. The emphasis is on quality management, compliance, and effective communication of progress to the government stakeholders.
    The document outlines a combined synopsis/solicitation for the acquisition of six Voyage Management System (VMS) version 9.5.2 licenses intended for the Littoral Combat Ship (LCS) Bridge Part-Task Trainers located at the Littoral Training Facility in Mayport, Florida. This solicitation is issued as a sole source to Northrop Grumman Systems Corp., employing Simplified Acquisition Procedures as per FAR part 13. The contract will be a Firm Fixed Price purchase order, and delivery is expected within one month post-contract award, anticipated no later than August 29, 2025. Key details include submission instructions for quotes, which must include the item description, unit price, and total price. Inspection and acceptance by the Government will occur at the designated delivery site. Various contract clauses are referenced to govern responsibilities and obligations, such as warranty, modifications, and unique item identification requirements. The document emphasizes the importance of configuration control to avoid additional costs and negative impacts on training. Ultimately, it signals the Navy's commitment to enhancing training capabilities for Littoral Combat Ships through advanced simulation technology.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.
    NOTICE OF INTENT TO SOLE SOURCE -- MATHWORKS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of a firm-fixed-price license for the MATLAB and Simulink product families. This requirement includes software maintenance for the existing MathWorks Total Academic Headcount (TAH) License, Campus Wide Suite, which is critical for the Naval Postgraduate School (NPS) in Monterey, California, as it supports various academic and research activities across the campus. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on December 8, 2025, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals and no solicitation document exists for this requirement.
    Vision Measurement System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing Vision Measurement Systems (VMS) as part of a Sources Sought notice. The procurement aims to acquire a minimum of one and a maximum of four VMS units, which are critical for calibration standards of various gauges and micrometers, adhering to specific military standards and requirements outlined in the Statement of Work (SOW). These systems will be utilized in shore-based laboratories to calibrate test instruments, ensuring high accuracy and performance in dimensional and angular measurements. Interested parties must submit a Capability Statement by December 17, 2025, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil, referencing Sources Sought Notice N6426726R1004, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    HORIZON REFERENCE SYSTEM FOR ARLEIGH BURKE-CLASS GUIDED MISSILE DESTROYERS, CONSTELLATION-CLASS FRIGATES, AND FREEDOM AND INDEPENDENCE-CLASS LITTORAL COMBAT SHIPS
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the Horizon Reference System intended for Arleigh Burke-class guided missile destroyers, Constellation-class frigates, and Freedom and Independence-class littoral combat ships. The procurement aims to enhance navigation and guidance systems, which are critical for the operational effectiveness of these naval vessels. This solicitation is particularly focused on clarifying that no pricing is required for the Contract Line Item Numbers (CLINS) at the Multiple Award Contract (MAC) level, ensuring that proposals can be submitted without dollar values in Section B. Interested parties can direct inquiries to Kelly Gray at kelly.e.gray13.civ@us.navy.mil or Melissa Bucci at melissa.a.bucci.civ@us.navy.mil for further information.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.