VxWorks WindRiver License
ID: W15QKN-25-Q-12KXType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 8:00 PM UTC
Description

The U.S. Army Contracting Command - New Jersey is seeking to procure a VxWorks WindRiver License, specifically VxWorks 6.9 and VxWorks 7, to support the U.S. Army Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) at Picatinny Arsenal, New Jersey. This procurement involves the purchase and delivery of commercial software support and maintenance, which is critical for the development and operational capabilities of military systems. The contract will be awarded as a sole source Firm-Fixed-Price (FFP) contract to USI Electronics, based on the justification that only one source is reasonably available due to urgency and brand name requirements. Interested parties may direct inquiries to Qendresa Neza at qendresa.neza.civ@army.mil, as this notice is not a request for competitive proposals.

Point(s) of Contact
Files
Title
Posted
Jan 16, 2025, 5:05 PM UTC
Jan 16, 2025, 5:05 PM UTC
Jan 16, 2025, 5:05 PM UTC
Jan 16, 2025, 5:05 PM UTC
Jan 16, 2025, 5:05 PM UTC
Lifecycle
Title
Type
VxWorks WindRiver License
Currently viewing
Presolicitation
Similar Opportunities
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement aims to fulfill the unique requirements of both military and commercial applications, with Accuris being the only distributor capable of delivering the necessary solution. Interested parties are encouraged to respond within fifteen days of this notice, although the government does not intend to open the requirement to competitive proposals. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement is essential for both military and commercial applications, as it ensures that the NAWCAD has access to the necessary engineering resources to support its operations. The Government will consider responses to this presolicitation notice within fifteen days of publication, although it is not a request for competitive proposals. Interested parties must be registered in the System for Award Management (SAM) to be considered, and inquiries can be directed to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
Vibration Controller (1)
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is seeking information from potential sources for a Vibration Controller to be utilized at the QE&SA Environmental Test Laboratory. The procurement involves the manufacturing of a 20-channel vibration controller workstation, along with a compatible host computer, which must include hardware, software integration, and calibration services, adhering to NIST standards. This initiative highlights the government's commitment to acquiring advanced technological solutions for environmental testing, ensuring compliance with regulatory requirements. Interested businesses must be registered in SAM and submit their capabilities statement by April 4, 2025, to Mark Bobitka at mark.t.bobitka.civ@army.mil, as this RFI serves solely for market research purposes and is not a solicitation for proposals.
NAWCAD WOLF - Intent to Sole Source for VME SBC, RTM & Transition Module for AN/SYY-1
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure VME Single Board Computers (SBC) and Rear Transition Modules (RTM) for the AN/SYY-1 system on a sole-source basis from Concurrent Technologies Inc. This procurement is critical for ensuring the operational capability of military systems, as it involves essential electronic components that support advanced defense technologies. Interested vendors must submit their quotations via email by April 22, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or by phone at 240-808-9150.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
Sole Source to 3DB LABS INC for 1301247862 Sceptre-10G-ITAR Software per Attachments
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a sole source contract to 3DB Labs, Inc. for the renewal and maintenance of the SCEPTRE-10G-ITAR software, which is critical for signal processing capabilities. This procurement is essential as 3DB Labs, Inc. is the only provider capable of fulfilling these specific software needs without incurring significant training and data conversion costs associated with switching to alternative solutions. The estimated value of this acquisition exceeds $25,000, and interested vendors must submit their quotes along with supporting documents, including a capabilities statement and proof of past performance, by the specified deadline. For further inquiries, interested parties can contact Terra Roberts at terra.s.roberts.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil.
M119 TRAVERSE GEAR - UNIVERSAL JOINT
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of M119 Traverse Gear – Universal Joint, specifically under solicitation W519TC25Q2211. This procurement is set aside for small businesses and requires compliance with the NAICS code 333613, focusing on Mechanical Power Transmission Equipment Manufacturing. The goods are critical for military applications, particularly in the operation of artillery systems, and contractors must adhere to strict quality and delivery standards, including the submission of a Certificate of Conformance for each line item. Interested parties must submit their quotes via email by April 21, 2025, at 10 AM CST, and can contact Lynn Baker at lynn.d.baker8.civ@army.mil for further information. Access to specific drawings is required and must be requested, with a one-year warranty stipulated for the awarded contract.
REPAIR MEMORY UNIT,AIRCRAF
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure repair services for a memory unit used in aircraft, specifically NSN: 7R7010015350456, P/N: 173793-01-04, from Symmetrics Industries, LLC. This procurement is a sole source requirement, as Symmetrics is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. The contract emphasizes strict adherence to government standards for shipping, inspection, and performance timelines, with penalties for delays, and requires interested parties to submit capability statements to the primary contact, Shamus F. Roache, at Shamus.F.Roache.civ@us.navy.mil, within 30 days of the notice publication.