Purchase VGStudio software maintenance
ID: N00174-25-SIMACQ-R3-0038Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    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).

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Indian Head Division (NSWC-IHD) requires the renewal of software maintenance for the VGSTUDIO MAX software used in nondestructive evaluation (NDE) activities. This maintenance service includes phone and email support for two instances of the "Universal" software bundle, along with downloadable updates for a period of at least 12 months beyond the expiration of the previous agreement. Compatibility with Microsoft Windows 10 and 11 is necessary, ensuring that installation does not require changes to computer hardware and can be done offline. As a federal facility, NSWC-IHD mandates that all support services be accessible without direct internet connection to the software installation. Deliverables include one year of comprehensive software maintenance to ensure continued operational efficiency and compliance with federal mandates. Overall, this request is essential for maintaining the capabilities of NDE operations while meeting strict security requirements.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--DoseMonitor Radiation Dose Monitoring Software Maintenance a nd Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Glomax, Inc. for the maintenance and support of the DoseMonitor radiation dose monitoring software. This contract, classified under NAICS code 811210, will provide comprehensive annual maintenance services, including updates, upgrades, and 24/7 support via a virtual private network (VPN), specifically for the Lieutenant Colonel Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The VA believes that Glomax, Inc. is uniquely qualified to fulfill this requirement, emphasizing the importance of OEM-certified technicians for the effective operation of the DoseMonitor system. Interested parties are invited to demonstrate the advantages of competitive proposals by submitting responses via email to the contracting officer, Morgan Stein, by the deadline of May 22, 2025.
    Ansys Zemax OpticStudio Premium License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract for the purchase of an Ansys Zemax OpticStudio Premium License from ANSYS, Inc. This procurement is aimed at fulfilling specific software needs that are critical to the agency's operations, as only one responsible source can meet the requirements. The software is essential for high-performance computing applications within the IT and telecom sectors, and the purchase will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000. Interested parties may express their capabilities by contacting Jamie L. Dixon at jamie.l.dixon8.civ@us.navy.mil or by phone at 202-923-1466, with responses due by May 20, 2025, at 1530 hours.
    Corrosion Modeling Software
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure corrosion modeling software through a sole source solicitation. The software must be compatible with Windows 10 and 11, operable via CD, and capable of assessing galvanic corrosion risks across various geometries, with key deliverables including the generation of visual heat maps of corrosion risk. This procurement is critical for military applications, ensuring the integrity and longevity of naval assets. Interested vendors must submit their quotes by May 20, 2025, at 7:00 AM Eastern Standard Time, to the designated contacts, Michael Coffey and Roberta Nethercutt, via the provided email addresses, and must be registered in the SAM.GOV database to be eligible for award consideration.
    MATE MGA 1100 SAM - Mass Spectrometer Maintenance/Warranty
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract for a 3-year warranty extension on a previously purchased high-altitude respiratory mass spectrometer (MGA 1100) from MA Tech Services, Inc. This contract will cover maintenance, parts, service calls, and labor, with an estimated total cost of $63,000, funded by the Naval Medical Research Unit - Dayton (NAMRU-D). The mass spectrometer is crucial for Navy Expeditionary Medical Research efforts, and MA Tech Services is the only qualified provider due to their exclusive servicing rights for the equipment. Interested vendors must be registered with the Systems for Award Management (SAM) and can contact Shamai Carter or Deborah Sharpe for further information.
    Flack Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to FlackTek Sales, Inc. for preventive maintenance services on the DAC 14000-20000 VAC Twin SpeedMixer. This contract will ensure the optimal operation and compliance of the equipment used in various Department of Defense programs, including annual service appointments, initial setup and training, and the provision of a loaner machine for repairs. Interested parties must submit their capabilities by May 29, 2025, at 10 AM EST, and should direct their inquiries to Nicole Coleman at nicole.coleman@navy.mil. The contract is set to span annually until 2030, emphasizing the government's commitment to maintaining operational readiness in laboratory settings.
    VxWorks Software License Yearly Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its VxWorks Software License, which is critical for the operations of the Goddard Space Flight Center's Flight Software Branch. The procurement involves a sole source contract with AVNET, INC. (dba USI Electronics) for the annual renewal of two existing licenses necessary for ongoing projects, including the Laser Communications Relay Demonstration (LCRD) and the Solar Probe mission. The renewal is essential to maintain operational capabilities and avoid significant costs and delays associated with switching operating systems, which could jeopardize project timelines. Interested organizations must submit their capabilities and qualifications in writing to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. EST on May 22, 2025, to be considered for this procurement.
    Oracle System Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center at China Lake, CA, is seeking to procure the renewal of Oracle System Maintenance services on a sole-source basis from Oracle Corporation. This procurement involves support for various SPARC T8-1 and T5-2 servers and associated components, ensuring operational continuity for critical military systems, with the support period set from May 13, 2025, to May 12, 2026. Interested vendors must be registered in the System for Award Management (SAM) database and comply with federal acquisition regulations, with the solicitation expected to be posted on the Contract Opportunities website around May 12, 2025. For further inquiries, interested parties can contact Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
    MATHWORKS (MATLAB) LICENSES
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHEODTD), intends to award a sole-source contract for MATLAB licenses from MathWorks, a critical software tool for military applications. This procurement aims to support the JCREW I1B1 System of Systems, which focuses on countering threats such as radio-controlled improvised explosive devices and unmanned aerial systems, necessitating the renewal of MATLAB licenses and associated toolboxes for algorithm development. The selected software will play a vital role in upcoming upgrades that incorporate advanced technologies like machine learning and artificial intelligence, ensuring compliance with military operational requirements. Interested vendors must respond by May 26, 2025, at 10 AM (EST) and direct their inquiries to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil, with the understanding that this is not a request for quotes and that the government will not cover any response costs.
    INVS Gold Service FLIR Latitude Software Licensing Maintenance Support
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the procurement of INVS Gold Service FLIR Latitude software licensing maintenance support, scheduled for the period from July 1, 2025, to June 30, 2026. This total small business set-aside contract requires brand name only solutions to ensure effective monitoring of vessel traffic in key waterways, emphasizing the importance of maintaining operational readiness and compliance with federal standards. Interested vendors must submit written offers by May 22, 2025, at 10:00 AM EST, and are required to register with the System for Award Management (SAM), including necessary identifiers such as UNIQUE ENTITY IDENTIFIER, Federal Tax Identification Number, and CAGE CODE. For further inquiries, potential offerors can contact Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil.
    1-Year Tescan Service Agreement for Scanning Electron Microscope
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for a 1-Year Service Agreement for a Mira3 XMH Scanning Electron Microscope to TESCAN USA, Inc. This procurement is aimed at ensuring the maintenance and operational efficiency of specialized scientific equipment essential for research applications within the laboratory. The service agreement will cover various technical components and systems, including motorized systems, vacuum technologies, and performance hardware, which are critical for advanced scientific research. Interested parties may express their capability to meet this requirement by contacting Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or by phone at 202-875-9579, referencing Notice of Intent number N00173-25-Q-1301246869. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with no solicitation package available.