Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
ID: N6426725R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Other Computer Related Services (541519)

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, is seeking to award a sole source Firm-Fixed-Price contract to One Network Enterprises Incorporated (ONE Inc.) for the licensing and support of the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This procurement aims to secure annual software licenses for the Ordnance Information System – Marine Corps (OIS–MC), which is crucial for maintaining munitions accountability and compliance with Department of the Navy standards. The contractor will provide a comprehensive software suite that includes various modules for production, development, and training, along with participation in bi-annual Change Advisory Board meetings to ensure adherence to federal guidelines. Interested parties can contact Brian Staub at BRIAN.A.STAUB2.CIV@US.NAVY.MIL or Antonia Roman-Varela at antonia.roman.civ@us.navy.mil for further details, with proposals due by the specified closing date in the solicitation posting.

    Files
    Title
    Posted
    The Cybersecurity Vulnerability Report, designated under DI-MGMT-82191, serves as a critical document for assessing and improving the security posture of network infrastructure. Approved on March 22, 2018, it outlines the format and content requirements for reporting cybersecurity vulnerabilities as specified in contractual obligations. Key elements include details on unmitigated high and critical vulnerabilities, their duration before remediation, and explanations for any outstanding actions. The report must also incorporate monthly asset discovery results and carry over findings that remain open beyond 30 days into the quarterly Information Security Plan of Action and Milestones (POAM). Additionally, it specifies the point of contact responsible for addressing vulnerabilities and any additional resources required, such as purchases or manpower shifts. This report is significant in the context of federal RFPs and grants, emphasizing the necessity of accountability and structured responses to cybersecurity risks within government operations.
    The document N6426725R0001 outlines a Request for Proposal (RFP) from the Naval Sea Systems Command, specifically for the procurement of annual software licenses for the Ordnance Information System – Marine Corps (OIS–MC). The primary focus is on One Network Enterprises Incorporated (ONE Inc.) NEO software licensing for a base year, with options for additional years. The contractor is tasked with providing a comprehensive software suite that supports munitions accountability for the U.S. Marine Corps. Key deliverables include various software modules for production, development, and training purposes, following applicable Department of the Navy standards and federal guidelines. The Statement of Work details requirements for software licenses, module specifications, and the importance of compliance with industry standards in readiness and accountability of Class V munitions. Additionally, the contractor is required to deliver systems reports and participate in bi-annual Change Advisory Board meetings. The contract emphasizes the significance of inspection and acceptance procedures for all services and supplies provided, ensuring adherence to government objectives and oversight.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    TOES Subscription Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of the TOES Subscription, with a quantity of two, on a sole-source basis from L3Harris Technologies, Inc. This procurement is essential as the subscriptions are for software already integrated into the Navy's systems, ensuring continuity and reliability in operations. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of this notice. All responding entities must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    Unified Network Operations (UNO) / Multiple Award IDIQ (Part 3) under PEO C3T
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the Second Draft Request for Proposal (RFP) for the Unified Network Operations (UNO) program, which is part of a Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. This initiative aims to unify the Army's tactical and enterprise networks, enhancing the Department of Defense Information Network Operations (DODINOPS) through interoperable and standards-based software applications. The program is critical for modernizing the Army's network capabilities to address emerging threats effectively. Interested vendors must submit a fully executed MA IDIQ Tech Doc Access Compliance Certification and Non-Disclosure Agreement (NDA) to access the draft documents, with responses due by October 31, 2024, at noon EST. For further inquiries, contact Crystal Ross or Jonathan Bauman via their provided emails.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    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.
    ServiceNow Licensing Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center in Keyport, Washington, is conducting market research through a sources sought notice for the renewal of ServiceNow licensing. This initiative aims to identify interested parties with the necessary resources and capabilities to fulfill the licensing requirements, although it does not constitute a formal Request for Proposal (RFP). The ServiceNow platform is critical for managing IT services and operations within the Navy, ensuring efficient workflow and service delivery. Interested vendors are encouraged to complete the attached "Questions for Industry" document and submit their responses to Patti Rees at patricia.j.rees.civ@us.navy.mil by the specified deadline, while adhering to operations security requirements and avoiding the inclusion of classified information.
    THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE TO MATHWORKS, INC.
    Active
    Dept Of Defense
    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 licenses for the MATLAB and Simulink product families. This software is critical for mathematical computation, simulation, and report generation, and is extensively utilized across the Naval Postgraduate School (NPS) campus for various engineering and design processes. Interested vendors must submit a capability statement by 3:10 PM Pacific Standard Time on October 24, 2024, demonstrating their ability to provide the required licenses and proof of authorization as distributors of the product, with the anticipated award date set for on or before December 1, 2024. For further inquiries, vendors may contact Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil.
    13--INITIATOR,CARTRIDGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 20 units of the initiator cartridge, identified by NSN 1R-1377-997799316-LX and reference number MBEU140527. This procurement is critical as it involves cartridge and propellant actuated devices and components, which are essential for various defense applications. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Christina M. Foley at (215) 697-0484 or via email at CHRISTINA.FOLEY1@NAVY.MIL.
    7A21 - Exception to Fair Opportunity - NASA SEWP - NDU Salesforce
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to procure brand name-specific Salesforce software licenses through an exception to fair opportunity. This procurement is justified under FAR Subpart 16.5 and is associated with Unison buy ID no. 1187123, reflecting the importance of acquiring specialized IT and telecom business application software for operational efficiency. The awarded contract, valued at $1,166,482.63, was granted to ThunderCat Technology, LLC, with the delivery order N0018924FZ776 stemming from the NASA SEWP V GWAC. Interested parties can reach out to Bridget Blaney at 215-697-9628 or via email at bridget.blaney@navy.mil for further inquiries.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.
    Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation (BNC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of scintillation detectors. The requirement includes specific models, namely the Scionix R51102AR152/2M-Cn4 and Scionix 76BRS76/3M-CN-X4, which are critical for analytical laboratory applications. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, and while the intent is to negotiate solely with Berkeley Nucleonics, other responsible sources may submit quotations for consideration. Interested parties must direct their capability statements and inquiries to Contract Specialist Dane J Black via email by October 21, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.