Hypack Software Annual Maintenance
ID: REQUIREMENTS-24-4220Type: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking information from potential suppliers for the annual maintenance and support of Hypack software, which is critical for hydrographic data collection. The procurement aims to secure maintenance renewal and new software purchases, including licenses for various Hypack products such as Hysweep and Hypack Max, with a focus on compliance with federal IT security requirements. This initiative is vital for NOAA's mission of ensuring safe navigation and environmental protection, reflecting the agency's commitment to maintaining high regulatory standards. Interested firms, particularly small and socio-economic businesses, must submit their capabilities and qualifications via email by April 21, 2025, to Ronnia Sawyer at ronnia.sawyer@noaa.gov or Nicole Lawson at Nicole.Lawson@noaa.gov, as part of this market research effort.

    Point(s) of Contact
    Files
    Title
    Posted
    The NOAA Office of Coast Survey is seeking renewed maintenance and support for Hypack software, essential for hydrographic data collection. This RFP outlines the requirements for an annual contract to cover an array of services, including critical software security patches, updates, feature enhancements, and technical support for Hypack software, critical to NOAA's mission of safe navigation and environmental protection. The contract will encompass various software packages, including Hysweep, Hypack Max, Hypack Survey, and Hypack ECHO, covering existing perpetual licenses and allowing options for future license purchases across five years, starting September 30, 2025. Each software license is to be managed under a single Enterprise Licensing Agreement with specific IT security requirements established in accordance with federal guidelines. The proposal emphasizes ensuring the software's compliance with security protocols, proper documentation, and operational standards, highlighting NOAA’s commitment to maintaining high regulatory standards while fulfilling its maritime safety responsibilities. This initiative aligns with broader government procurement practices to maintain technological integrity in public service operations.
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to gather information through a Sources Sought Notice to identify potential suppliers for the annual maintenance renewal and new software purchase of Hypack software. This notice is part of a market research effort conducted in compliance with Federal Acquisition Regulation (FAR) Part 10. The primary focus is on obtaining responses from companies that can provide maintenance and perpetual licenses for various Hypack software products, including Hysweep and Hypack Max. Interested firms, particularly small and socio-economic businesses, are encouraged to submit capabilities demonstrating their qualifications to meet the requirements. Respondents should include company details, unique identification numbers, business size according to NAICS code 513210, and their ability to provide the requested software services. Responses must be concise and submitted via email by April 21, 2025, but will not result in a reimbursable contract or feedback. This effort reflects NOAA's commitment to identifying effective suppliers capable of fulfilling their software needs.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Limited Source Justification
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to justify a limited source procurement for IT and telecom service delivery support services. This opportunity involves the provision of essential IT service management, operations center support, and project management labor, as outlined in the Limited Source Justification document. Such services are critical for maintaining NOAA's operational efficiency and ensuring the effective delivery of its technological capabilities. Interested parties can reach out to Brianna Quinn at brianna.quinn@noaa.gov or 303-497-7207, or Hillary Stansfield at hillary.stansfield@noaa.gov or 720-712-8608 for further information regarding this procurement.
    HYPRO MARINE PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 40 Rudder Angle Indicator Meters (Part Number HM1096B, NSN 6320-99-613-3759) as part of a sole source contract with HYPRO MARINE. These meters are critical components for the 47’ Motor Lifeboat, ensuring accurate rudder position readings essential for safe navigation and operation. The procurement is set aside exclusively for small businesses, with a submission deadline for quotes on December 26, 2026, at 12:00 PM EST. Interested vendors must contact Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details and to submit their offers.
    HPE Hardware and Software Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure maintenance support for Hewlett Packard Enterprise (HPE) hardware and software. This procurement aims to ensure the continued security and operational integrity of the USCG network through annual maintenance, which includes technical support, security patch updates, and software release updates. The justification for this brand name procurement is based on the unique requirements of the HPE products, as outlined in FAR 16.505(a)(4)(i), which restricts the opportunity to a single manufacturer. Interested parties can reach out to Michael McFadden at Michael.A.McFadden@uscg.mil or by phone at 703-203-3198 for further details.
    GEO JOBE SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm Fixed Price purchase order for the GEO Jobe Backup My Org Software. This software is essential for creating maps, analyzing geospatial data, and sharing results to address various challenges. The procurement falls under NAICS code 541519 and PSC code 7A21, highlighting its relevance in the IT and telecom sector for business application software. Interested firms must express their interest and capability to provide the software within five days of this notice, with responses directed to Elizabeth White at elizabeth.k.white9.civ@us.navy.mil. This presolicitation notice is not a request for competitive quotes, and a solicitation will not be posted.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    Remote Minehunting (RMH) Module
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating these requirements into a single competitive supply contract to be awarded in Fiscal Year 2026. The RMH Module will replace the existing AN/AQS-20 system and includes a Towed Body, Payload Delivery System, and related software, with the goal of streamlining operations and improving delivery timelines to the Fleet by FY29. Interested parties should access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and direct inquiries to Contracting Officer Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Contract Specialist Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil, with a proposal submission deadline to be confirmed in forthcoming amendments.