Cameo Software Licenses and Associated Plugins
ID: FA240124Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2401 SPACE DEVELOPMENT AGENCY SDACHANTILLY, VA, 20151-2222, USA

NAICS

Other Computer Related Services (541519)

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, through the Space Development Agency (SDA), is seeking to procure various Cameo Software Licenses and associated plugins under a firm-fixed-price contract. The procurement specifically requires Cameo brand name products to ensure compatibility and enhance collaboration within the Department of Defense's Model-Based Systems Engineering framework, emphasizing the necessity of sufficient licenses to prevent workflow interruptions. Interested small businesses must submit their quotes for the specified items by 2:00 p.m. (EST) on September 18, 2024, with offers directed to Christopher Glista and Marco Castaneda via email. The procurement is set aside for small businesses, with a focus on authorized resellers, and the North American Industry Classification System (NAICS) code for this acquisition is 541519.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a brand-name justification for an exception to the Fair Opportunity requirement, specific to the Space Development Agency's (SDA) procurement of Cameo software products, including licenses and support services. Given the unique capabilities of Cameo Enterprise Architect (EA), the SDA asserts that only it can fulfill their needs to maintain compatibility and enhance collaboration within their team. The justification highlights the significance of having sufficient licenses to prevent workflow interruptions and leverage existing models efficiently within the Department of Defense's preferred Model-Based Systems Engineering framework. The purchasing activity is structured as a firm-fixed-price contract, with future pricing assessed through competitive proposals to ensure fairness. The SDA commits to ongoing market research to identify alternatives and reduce the reliance on brand-name products in the future. The document concludes with necessary certifications and approvals confirming the accuracy of the information and the appropriateness of the brand-name restriction.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Microsoft License Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the renewal of Microsoft software licenses under solicitation number N0042124Q0517. This procurement is aimed at acquiring essential Microsoft software products on a firm fixed-price basis, specifically from authorized Microsoft DoD ESI BPA vendors, to ensure operational efficiency within the department. The solicitation emphasizes the importance of compliance with federal acquisition regulations and requires detailed technical information along with the best price quote by the deadline of September 19, 2024. Interested vendors must submit their proposals via email to Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    SDA Battle Management Mission Applications (Program BAA)
    Active
    Dept Of Defense
    The U.S. Space Development Agency (SDA) is issuing a Broad Agency Announcement (BAA) to procure innovative software applications to enhance situational awareness and decision-making capabilities for military space operations. The focus is on developing containerized applications for the Battle Management Command, Control, and Communications (BMC3) module of the Proliferated Warfighter Space Architecture (PWSA) system in Low Earth Orbit. The solicitation seeks cutting-edge solutions from vendors for several key areas, including BMC3 management, power and resource optimization, and cybersecurity, with an emphasis on near-real-time performance and proactive measures. Vendors are invited to submit White Papers for initial review, leading to potential invitations for full proposals. The agency prioritizes rapid deployment, encouraging bidders to propose schedules accordingly. Important deadlines include the submission of White Papers by June 19th, 2024, and Proposals by May 19th, 2025. The SDA reserves the right to issue amendments and extend deadlines, with selections made based on technical merit, mission relevance, and available funding. Contact ussf.pentagon.sda.mbx.FA240124S0002@mail.mil for more information.
    LenelS2 Software and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the procurement of LenelS2 brand name Enterprise software and engineering support to enhance security systems at the Joint Region Marianas Naval Base in Guam. This firm fixed-price solicitation requires that all offerors be authorized distributors of LenelS2 products, registered in the System for Award Management (SAM) database, and compliant with the Trade Agreements Act (TAA). The procurement emphasizes the need for various services, including planning sessions, software migration, and on-site support, with a strict evaluation process focusing on the lowest price meeting the minimum acceptability standards. Interested parties must submit their quotes by September 23, 2024, to Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil, ensuring all items are brand new and compliant with the outlined requirements.
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    FY24 Enovia Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking proposals for the FY24 Enovia Support contract, which involves the procurement of annual maintenance for the ENOVIA server and client software, as well as CATIA V5R2021 licenses. This contract is a follow-on to the previous contract number N0042123C0040 and is critical for maintaining the operational capabilities of the 3DExperience platform used in various defense applications. The contract period will extend from the date of award until September 26, 2025, with quotes due by September 26, 2024. Interested vendors must submit a certification of authorized reseller status along with their proposals to Aimee Raley at aimee.k.raley.civ@us.navy.mil.
    Brand Name Mastercam Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for a firm-fixed-price contract for Brand Name Mastercam Maintenance services. This procurement aims to ensure the continuity of maintenance support for the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, which is critical for maintaining the integrity of the Mastercam software and receiving essential security updates. The total estimated cost for this requirement is $12,773, with funding sourced from Fiscal Year 2025 Operation and Maintenance, Navy funds, and the performance period is set for one year from the award date. Interested small businesses must submit their proposals by September 24, 2024, at 1200 EST, and can contact Sarah Thibodeau at sarah.d.thibodeau.civ@us.navy.mil or Victoria MacLellan at victoria.b.maclellan.civ@us.navy.mil for further information.
    COMSUL SUBSCRIPTION RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking quotations for the renewal of COMSUL software licenses, which are critical for engineering and scientific research. The procurement involves renewing two existing licenses—a Floating Network License and a Named Single User License—along with providing necessary electronic download files for the software package. This renewal is essential for maintaining access to specialized simulation tools that support NRL's research and development missions. Interested vendors must submit their technical and price quotes via email to Andrea Graves by the specified deadline, ensuring they are registered in the System for Award Management (SAM) and comply with all outlined requirements.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a total of 10.5 months, with the option for four additional 12-month periods. The procurement aims to centralize key functions and enhance quality management within USACE, thereby promoting business growth and reducing administrative burdens through effective management of quality-related activities. The software will include features such as dedicated user access, customizable workflows, and compliance with various ISO standards, with deliverables including user reports and upgrade notifications sent to the Contracting Officer’s Representative. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    NAWCAD WOLF Sharable Content Object Reference Model (SCORM) Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking information from industry regarding the provision of Sharable Content Object Reference Model (SCORM) software that is compatible with an existing Rustici Software, Inc. system. The objective is to identify a non-developmental or commercial off-the-shelf SCORM solution that supports SCORM versions 1.2 to 2004 4th edition and xAPI standards, while also being adaptable to future SCORM changes and capable of integrating with any existing Learning Management System (LMS). This procurement is critical for enhancing integrated command and control and intelligence systems, ensuring interoperability and functionality within the Department of Defense's training and educational frameworks. Interested parties must submit their responses, not exceeding ten pages, via email to Lauren Clemmens by September 23, 2024, at 3:00 P.M. EST, and should include detailed technical capabilities, organizational information, and any proprietary data marked accordingly.