EOS Print and Materialise Magics Licenses
ID: M6700425Q0018-0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERALBANY, GA, 31704-0313, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Marine Corps Logistics Command, intends to procure licenses for EOS Print and Materialise Magics software on a sole-source basis from Phillips Corporation. This procurement is critical for the Marine Depot Maintenance Command, as it ensures the availability of necessary software to prevent significant operational disruptions. The licenses will support maintenance operations at facilities located in Barstow and Albany, Georgia, and the contract will be awarded as a firm-fixed-price agreement, with the total estimated cost below the simplified acquisition threshold. Interested parties can reach out to Mirthaly S. Quintanilla at mirthaly.quintanilla@usmc.mil or by phone at 229-639-8114 for further details.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 11:09 PM UTC
This government document outlines a justification for limiting procurement to a single source due to urgent and compelling circumstances under FAR Part 13. It specifies that the required item is a brand-name product from one manufacturer necessary to prevent significant detriment to the Government. The urgency is described, emphasizing that delays could result in critical work stoppages. Key points include the identification date of the requirement, the required delivery schedule, and the rationale for the expedited service request. Additionally, the document includes certifications affirming the accuracy and completeness of the justification by both the originating official and the contracting officer, reinforcing accountability in the procurement process. Such documentation is vital for complying with federal procurement regulations, ensuring operational continuity, and justifying any sole-source acquisitions in urgent situations.
Jan 22, 2025, 11:09 PM UTC
The Marine Corps Logistics Command (MARCORGLOGCOM) intends to procure licenses for Materialize Magics and EOS Print Premium software from Phillips Corporation on a sole-source basis. The solicitation number for this action is M67004-25-Q-0018. This procurement is necessary for the Marine Depot Maintenance Command, and the NAICS code is 334111, indicating it falls under electronic computer manufacturing. Various licenses are outlined, including annual licenses for the EOSPRINT Premium Module and Materialise Magics software for locations in Barstow and Albany, Georgia. The contract will be awarded as a firm-fixed-price agreement, with a total estimated cost below the simplified acquisition threshold, emphasizing a review of responsibility and fair pricing determination before the award. This intended acquisition is part of the government's strategy to streamline procurement while securing necessary software for operational needs.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Sole Source, Additional Components for HAAS Toolroom CNC Mill System and Meltio System for ERDC GSL
Buyer not available
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to issue a sole source award to Phillips Corporation for additional components related to its HAAS Toolroom CNC Mill System and Meltio System. The procurement includes specific items such as an SMC Chiller, Laser Alignment Camera Calibration System, External Wirefeeder Stand, and maintenance services, all of which must be compatible with existing equipment previously supplied by Phillips Corporation. This procurement is critical as Phillips Corporation is the only authorized vendor capable of providing the necessary components and installation services due to their unique knowledge of the systems. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 1:00 PM CST on April 17, 2025, for consideration in determining whether to conduct a competitive procurement.
Adobe Subscription Licenses
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Blount Island Command, is seeking proposals for the procurement of Adobe subscription licenses, including 300 licenses for Adobe Acrobat DC Professional and 3 licenses for Adobe Creative Cloud Desktop Application. These licenses are essential for maintaining critical operational functions within the Marine Corps, particularly for processing documents generated by Microsoft Office Suite, and are required to be delivered under firm fixed price terms from May 2025 to May 2026. The procurement process emphasizes compliance with federal acquisition regulations and prioritizes small business participation, with a total small business set-aside designation. Interested vendors must submit their quotes by 12:00 PM on April 18, 2025, and can direct inquiries to Erica Vaughn at erica.vaughn@usmc.mil or Stanley Sanders at stanley.sanders@usmc.mil, with questions due by April 1, 2025.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
Purchase VGStudio software maintenance
Buyer not available
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).
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
OrCAD Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure OrCAD x Professional software for the Tow Communication Buoy Program (TBC). This software is essential for the development of simulation and electronic circuits, as well as for generating circuit board designs. The procurement is set aside for small businesses under the SBA guidelines, and the government intends to solicit and award the contract to a single source. Interested parties can direct their inquiries to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil or by phone at 445-227-7612, as phone calls will not be accepted.
NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.
JMP SAS PRO Software Licenses
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, intends to award a Firm Fixed Price contract for the annual renewal of JMP SAS/JMP PRO Software Licenses on a sole source basis to Executive Information Systems, LLC. This procurement is essential as the JMP SAS/JMP PRO software is uniquely capable of providing comprehensive statistical analysis and experimental design capabilities, which are not matched by other available graphical user interface statistical packages. Interested parties are invited to express their interest and capability via email to the primary contacts, Martina Biro and Brandon Rivett, by 1500 EST on April 18, 2025, as this notice does not constitute a request for proposals and no solicitation document is available.