GHS Software
ID: N0016724Q0316Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure GHS software and support on a sole-source basis from Creative Systems. This procurement is essential for the Navy's operations, as the GHS software is critical for simulating marine craft in various fluid conditions, particularly for hydrostatics and stability assessments. The total acquisition is valued at $47 million under NAICS code 513210, with a firm fixed-price purchase order expected to be awarded, and interested parties must submit a capabilities statement by September 11, 2024, to Michael J. Bonaiuto at michael.bonaiuto@navy.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking GHS software and support on a sole-source basis from Creative Systems, due to the absence of compatible software elsewhere in the market. The solicitation will adhere to FAR 6.302-1(a)(2)(ii) regulations, allowing for negotiations with only one vendor. The acquisition, valued at $47 million under NAICS code 513210, will result in a firm fixed-price purchase order. Interested parties can submit a capabilities statement by September 11, 2024, although this notice is not a request for competitive bids; responses will help the Government decide if competition is warranted. Inquiries should be directed to Michael Bonaiuto via email for further information. The NSWCCD emphasizes that the decision to proceed without competition rests solely with the Government.
    The document is a Request for Proposal (RFP) detailing requirements for the acquisition of various software support services related to the U.S. Navy's GHS (Global Health System). It outlines multiple contract line item numbers (CLINs) for supplies and services, including software support, operational support, and additional software seats, all with a completion date set for August 31, 2025. The document specifies delivery details, including deadlines of five days after contract award to the Naval Surface Warfare Center located in Bethesda, Maryland. It incorporates numerous Federal Acquisition Regulation (FAR) clauses covering compliance, payment instructions, and standards related to subcontracting and government procurement. The document emphasizes the procurement's focus on brand-name services, guided by strict guidelines to ensure adherence to governmental standards for contracting, including provisions related to cybersecurity and whistleblower rights. Overall, it serves as an essential framework to ensure that the Government's needs for software support services are met efficiently and in compliance with federal regulations during the contract duration.
    This memorandum serves as a justification for the sole source acquisition of GHS software by Creative Systems, a tool essential for simulating marine craft in various fluid conditions, specifically facilitating hydrostatics and stability assessments. As specified in FAR 13.106-1(b)(1)(i), competition is not feasible for this procurement under the simplified acquisition threshold due to the proprietary nature of the software. Creative Systems is the only provider with established rights, and there are no alternative resellers offering equivalent capabilities. The GHS software is integral to the Navy's operations, allowing for effective management of stability across various craft. It is designed to function on non-networked computers, ensuring it meets specific operational requirements. The emphasis on the software’s unique functionalities highlights the importance of this procurement in maintaining operational efficiency and safety within the maritime industry, as many contractors rely on this specific tool for their assessments. The justification stresses the absence of competitive alternatives that can fulfill all necessary calculations reliably.
    Lifecycle
    Title
    Type
    GHS Software
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    Project Execution and Deck-plate Effectiveness Support for Naval Ship Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to award a sole source Cost-Plus-Fixed-Fee "Bridge" contract to CACI Technologies LLC for project execution and deck-plate effectiveness support related to naval ship maintenance. This contract, valued at approximately $8.2 million, aims to ensure continuity of critical scientific, engineering, and technical support services while a protest regarding a follow-on task order is resolved, with a performance period of 132 days from September 5, 2024, to January 15, 2025. The services are vital for maintaining operational readiness and enhancing project management training within the Navy, emphasizing the exclusive capabilities of CACI to meet urgent requirements. Interested parties can contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further information.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Glycidal Azide Polymer (GAP-5527) resin and Glycidal Azide Polymer Plasticizer (GAP-0700 Plasticizer)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, intends to award a sole-source contract to Mach I, Inc. for the procurement of Glycidal Azide Polymer (GAP-5527) resin and Glycidal Azide Polymer Plasticizer (GAP-0700 Plasticizer). This procurement is essential to support a new research and development effort involving propellant ingredients, as Mach I Chemicals is the only known source capable of meeting the government's specific requirements for these energetic materials. Interested vendors must respond by 3:30 p.m. EST on October 3, 2024, and should direct their inquiries and documentation to Sharon Cooper via email at sharon.cooper@navy.mil, ensuring they are registered in the System for Award Management (SAM) at http://www.sam.gov.
    44--HYDRAULIC TEST
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure hydraulic test supplies under the presolicitation notice titled "44--HYDRAULIC TEST." The procurement involves a quantity of 20 units of National Stock Number (NSN) 7H-4470-014728051-X5, with delivery required to two specified locations in Pennsylvania and California. These supplies are critical for maintaining nuclear reactor systems, and the government intends to negotiate with only one source due to the proprietary nature of the data required for procurement. Interested parties are encouraged to express their interest and capability to meet the requirements within 45 days of the notice, with contact details provided for further inquiries. For more information, potential vendors can reach out to Collin A. Browning at (717) 605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    7A21 - Headspace Application
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Headspace mental health wellness mobile application. This procurement aims to provide the Headspace application to assist Sailors and their dependents in enhancing their mental health and wellness, as part of the Navy Culture and Resilience Office's initiatives. The contract will be awarded on a firm-fixed-price basis, with the solicitation number N0018924Q0912, and interested parties must submit their quotes by 12:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil. The estimated size standard for this opportunity falls under the NAICS code 513210, with a small business size threshold of $47 million.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.