Mattermost Enterprise + Premier Support
ID: N0042124Q0511Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the procurement of Mattermost Enterprise-Gov and Premier Support subscriptions. This procurement aims to enhance secure communication and collaboration tools for the VTOL Classified TWA program, facilitating improved collaboration between government and contractor teams. The selected vendor will provide a single user subscription and requisite support services, with the contract period running from October 1, 2024, to September 30, 2025. Interested small businesses must submit their brand name quotes by September 11, 2024, to JaNae Lester at janae.a.lester.civ@us.navy.mil, ensuring compliance with the Trade Agreements Act and domestic sourcing requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air Warfare Center Aircraft Division (NAWCAD) issued a Request for Quotations (RFQ) for the procurement of Mattermost Enterprise-Gov and Premier Support subscriptions. This RFQ, identified as N0042124Q0511 and dated 04-Sep-2024, outlines the requirement for secure communication and collaboration tools that are compliant with the Trade Agreements Act (TAA). The project aims to support the VTOL Classified TWA program, enhancing collaboration between government and contractor teams. Vendors must provide detailed specifications of the products offered, submit quotes by 11-Sep-2024, and ensure that all supplies are of domestic origin unless stated otherwise. Key deliverables include a single user subscription for Mattermost Enterprise-Gov and requisite premier support services, both commencing on 01-Oct-2024 and concluding on 30-Sep-2025. The document includes provisions related to inspection, payment processes through Wide Area Workflow (WAWF), and essential contract clauses. The RFQ reflects the government's efforts to maintain a secure and efficient operational environment while fostering collaboration in defense-related projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    7A21 - Talkspace Wellness Application
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Talkspace Wellness Application, aimed at enhancing the mental health and well-being of Sailors and their dependents. The procurement specifically requires the Talkspace commercial wellness application software, which is designed to assist users in achieving holistic health improvements, including stress reduction and early identification of suicidal ideation. This initiative is critical for providing immediate safety resources and mental health support to service members. Interested vendors must submit their quotations by 5:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NAWCAD WOLF - Intent to Sole Source for Unique Identification Management System Software & License Renewals in support of AN/UPX-29 ISEA.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the A2B Tracking UC! Web™ Core ITAR Software-as-a-Service from A2B Tracking Solutions, Inc., on a sole-source basis. This procurement involves the acquisition of two software licenses, maintenance support, and necessary hardware components to enhance the Unique Identification Management System for military asset management. The selected solution will facilitate data exchange within various procurement modules, ensuring compliance with military standards and operational efficiency. Proposals are due by September 16, 2024, and interested vendors must be authorized distributors of A2B Tracking Solutions, registered in the System for Award Management (SAM), and provide comprehensive technical and pricing information for evaluation. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.
    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.
    7A21 - Headspace Wellness 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 Wellness Application, aimed at supporting the Navy Culture and Resilience Office. The procurement involves providing access to the Headspace commercial wellness application, which is designed to assist Sailors and their dependents with suicide intervention and prevention, utilizing specific protocols for various risk levels. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil, as the contract is expected to be awarded on a firm-fixed-price basis with no competitive quotes solicited.
    Red Gate Software Subscription Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a subscription service for Red Gate Software on a sole-source basis from Red Gate Software Limited, based in the United Kingdom. This procurement is essential as the software must be compatible with existing systems at the Naval Air Warfare Center Weapons Division in China Lake, CA. The opportunity is not open for competitive proposals; however, interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, by email to Terryl Mitchell by the deadline of five days after the publication of this notice. For further inquiries, interested parties can contact Terryl Mitchell at terryl.n.mitchell.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil.
    LeMay VTC CISCO WebEx Software/Hardware
    Active
    Dept Of Defense
    The Department of the Air Force is seeking quotes for the procurement of CISCO WebEx software and hardware to enhance video-teleconferencing capabilities at Maxwell Air Force Base in Montgomery, Alabama. The requirement includes the design, installation, and customer technical support for a distributed multipoint video-conferencing platform that must support secure communications across three designated rooms, utilizing new equipment from CISCO and other manufacturers. This initiative underscores the importance of modernizing communication technologies within secure environments, ensuring compliance with USAF and DoD security standards. Quotes are due by September 20, 2024, and must be submitted via email to SSgt Tyrel Tinsley and Ms. Kimberly Knott, with the contract awarded based on the lowest priced acceptable quote.
    Cameo Software Licenses and Associated Plugins
    Active
    Dept Of Defense
    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.
    PLAN-IT Software Tool Subscription
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified vendors to provide a subscription for the PLAN-IT software tool, specifically a billing module necessary for government operations. This procurement aims to enhance the agency's capabilities in aggregating, analyzing, and reporting telecommunications billing data, thereby improving financial management and compliance with Department of Defense regulations. The contract will be awarded as a Firm, Fixed Price agreement, with quotes due by 18 September 2024, and questions accepted until 17 September 2024. Interested parties should direct inquiries to Valerie Werner or Samantha Miller via the provided email addresses.
    MULTI DATA LINK SYS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the Multi Data Link System. This contract requires the manufacture and supply of specialized equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and Government Source Inspection. The goods are critical for military operations, emphasizing the need for timely and compliant delivery, with an option for increased quantity up to 100% within 365 days of contract award. Interested vendors should submit their quotes electronically to Alexander Davies at alexander.m.davies6.civ@us.navy.mil, ensuring compliance with all outlined requirements and certifications, with a minimum quote expiration of 90 days.
    NAWCAD WOLF- Palo Alto Networks Firewall for IRSS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is soliciting quotes for the procurement of 12 Palo Alto Networks PA-440 units along with associated accessories, including premium support and threat prevention subscriptions. This procurement is critical for enhancing cybersecurity measures and ensuring robust network protection within the Department of the Navy's operations. Interested vendors must submit their quotes by 4:00 PM Eastern Standard Time on September 16, 2024, and must comply with specific requirements, including being a registered distributor/reseller of Palo Alto Networks products and providing documentation to verify compliance. For further inquiries, vendors can contact Grant Sturm at grant.m.sturm4.civ@us.navy.mil or by phone at 240-561-1057.