Factory Talk Gateway Software
ID: N00174-24-SIMACQ-M3-0008Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
  1. 1
    Posted Dec 12, 2023 1:24 PM
  2. 2
    Updated Dec 12, 2023 1:24 PM
  3. 3
    Due Dec 26, 2023 1:00 PM
Description

Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Factory Talk Gateway Software. This software is typically used for business application/application development support services. The procurement is for a quantity of 6 EACH and is due 35 days after contract award. The place of performance is Indian Head, MD 20640, USA. The primary contact for this procurement is Francine Keys, who can be reached at francine.keys@navy.mil or 3017446687. Interested parties must provide clear and concise documentation indicating their capability by 8:00 a.m. EST on 26 December 2023.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Studio 5000 Professional
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking to procure Studio 5000 Professional licenses. Studio 5000 Professional is a type of business application software used for various purposes within the IT and telecom industry. The Naval Surface Warfare Center Philadelphia intends to award the contract to Kendall Electric on a sole source basis. The place of performance for this procurement is Philadelphia, PA, USA. For any inquiries, please contact Shawn M. Waters at shawn.m.waters11.civ@us.navy.mil.
*Brand Name Mandatory* E3-0073 EggPlant Software
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure EggPlant Software. EggPlant Software is a commercial item used for business application/application development software as a service. The procurement will be a firm fixed price purchase order using Simplified Acquisition Procedures. The place of performance is Indian Head, Maryland, United States. The primary contact for this procurement is Laura Adams, who can be reached at laura.a.adams41.civ@us.navy.mil or 3017444297. The deadline for quote packages is 2 August 2024 at 10:00 AM EST. Late quotes will not be considered. The quote packages should include the completed/filled-in RFQ and should be emailed to Laura.a.adams41.civ@us.navy.mil. The evaluation factors for this procurement are technical specifications and price. The lowest price technically acceptable quote that conforms to the solicitation will be awarded the contract.
Keysight Signal Analyzer Hardware & Software
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure Lab Signal Analyzer Hardware & Software from Keysight Technologies. This requirement is a direct replacement of existing lab hardware and software. Interested firms can submit a written response to amy.s.lamberth.civ@us.navy.mil within 5 days of the publication date. The response should reference solicitation number N6893624Q0189 and provide a capability statement. All responsible sources must be registered in the System for Award Management (SAM) database.
Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center is seeking information from potential contractors capable of providing licensing and support for the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This software is used for logistics and supply chain management and is a critical component of the Corona Division's operations. The Navy seeks to procure this software on a brand-name basis, with One Network NEO being the sole provider that meets their specific requirements. The intention is to award a Firm-Fixed-Price contract for continued support and licensing of the software. The scope of work for the successful awardee will include providing the necessary licenses and support services, as detailed in the draft Purchase Description (PD) document. This includes maintaining and supporting the existing system, which is currently fulfilled by METGreen Solutions Inc. under contract M6785422F5200. The PD, attached to the opportunity listing, outlines the specific licensing and support requirements, as well as the anticipated period of performance. Interested parties should carefully review this document and provide a response addressing their ability to meet these requirements. To be considered a valid source, interested contractors must provide the following information: - Company details, including size relative to NAICS code 541519 (Other Computer Related Services). - Small Business Administration (SBA) certifications and registration, if applicable. - Industry feedback on the current PD. - A maximum 15-page Capability Statement demonstrating the ability to meet the PD's requirements. - Proof of authorization to resell, if applicable. - A narrative explaining the company's status as a nonmanufacturer, if relevant. The Navy encourages all potential offerors to register in the System Award Management (SAM) system and have their Online Representations and Certifications Application up to date. The Contract Specialist, Brian Staub, is available for clarification and can be contacted at brian.a.staub2.civ@us.navy.mil. Responses to this sources sought notice are due by the deadline stated in the notice and should include the reference "Sources Sought Notice N6426724R0349" in the subject line. The Navy reserves the right to use the information received to determine the acquisition approach and does not commit to issuing a solicitation or awarding a contract. Responses are voluntary and the Navy will not reimburse any costs associated with them.
SMART License
Active
Dept Of Defense
Summary: This is a Combined Synopsis/Solicitation notice issued by the Department of Defense, specifically the Department of the Navy, for a SMART License. The SMART License is a software license used for the AMDR (Air and Missile Defense Radar) system. The procurement is a Total Small Business Set-Aside and falls under the NAICS code 513210 for Software Publishers. The place of performance is Port Hueneme CBC Base in California, United States. The contract type is Firm-Fixed-Price and the delivery requirement is 2 weeks. The method of shipping is FOB Destination. The solicitation is for multiple years, with option years from 2025 to 2029. The submission of quotes should be in PDF format and sent to the primary contact Ruben A. Velasquez at ruben.velasquez@navy.mil. The evaluation of quotes will be based on price, technical capability, and past performance. The full text of FAR provisions and clauses can be accessed electronically. The contractor must comply with the WAWF (Wide Area Workflow) payment instructions for electronic invoicing.