Pointwise Renewal
ID: N0016725Q1031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) requires Pointwise software and support, available exclusively from Cadence Design Systems, Inc. Due to the lack of compatible alternatives, the Government plans to proceed with a sole-source procurement under FAR 6.302-1(a)(2)(ii), intending to issue a firm fixed-price purchase order. The NAICS code is 513210 with a business size of $47 million. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, though this notice is not a request for competitive proposals. Responses will be considered solely to determine whether to pursue competitive procurement. Inquiries can be directed to Michael Bonaiuto at the provided email. This document outlines the Government's intent to restrict competition based on the unique requirements of the software and support services.
    The document outlines a government request for proposal (RFP) regarding a contract identified as N0016725Q1031, focusing on the procurement of support services for Pointwise software. Key items include specific quantities and firm fixed pricing arrangements for three distinct line items: PW-04-15 Support, PWI-99-15 Support, and WAN Uplift Fees, all requiring delivery by May 15, 2025, to the NSWC Carderock Division in Bethesda, MD. The contract incorporates various Federal Acquisition Regulation (FAR) clauses, detailing contract administration requirements, invoicing protocols via Wide Area Workflow (WAWF), and obligations for compliance with federal laws. It stipulates unique clauses on termination rights and payment conditions, including provisions for electronic fund transfers and procedures for resolving disputes. The document highlights the government's commitment to ensuring compliance with laws, including labor standards, procurement integrity, and environmental considerations. This RFP reflects standard governmental practices for procurement and vendor engagement, aiming to secure reliable software support while ensuring adherence to regulatory and operational standards.
    The memorandum outlines a Sole Source/Brand Name Justification for the renewal of the Fidelity Pointwise software license used by the Naval Surface Warfare Center Carderock Division (NSWCCD). Citing the Federal Acquisition Regulation, the document supports the acquisition under the Simplified Acquisition Threshold (SAT), demonstrating that only one source is available due to the software's unique features essential for hydrodynamic modeling and analysis. Fidelity Pointwise, developed by Cadence Design Systems, is necessary for creating high-quality computational grids vital for complex engineering projects involving turbomachinery and fluid dynamics. The memorandum highlights that switching to alternative software would result in delays, training costs, and compatibility issues. The justification emphasizes that Fidelity Pointwise's proprietary nature and exclusive licensing create a situation where only the original manufacturer or its authorized representatives can supply the required product. The total estimated cost for the license renewal and support is $53,240, with coverage needed from June 1, 2025, to May 31, 2026. Overall, the document articulates the technical necessity and procurement rationale to ensure continuous support for critical naval engineering tasks.
    Lifecycle
    Title
    Type
    Pointwise Renewal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    ABAQUS SOFTWARE TRAINING
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHEODTD), intends to award a sole-source contract for ABAQUS software training to Trimech, located in Columbia, Maryland. This procurement aims to secure specialized training services for the ABAQUS software, which is critical for advanced modeling and simulation in defense applications. The contract will be a firm fixed price agreement, with a performance period not exceeding September 30, 2026, and is being pursued under noncompetitive procedures due to Trimech being the only known source capable of fulfilling the government's requirements. Interested parties may express their capabilities by December 17, 2025, and should direct inquiries to Tammy Kershner at tammy.r.kershner.civ@us.navy.mil.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by Part PWIPRM. This software is essential for measuring and controlling device manufacturing, aligning with the NAICS code 334519 and PSC code DA10, which pertains to IT and telecom business applications. The procurement is crucial for enhancing operational capabilities within the Navy's measurement and inspection processes. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or call 445-227-0085 for further details regarding this opportunity.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    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.