SLICwave Software Support Renewal
ID: 832571505Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

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 Defense Information Systems Agency (DISA), is seeking proposals for the renewal of software support for SLICwave, with the contract set to expire on February 2, 2026. This procurement is specifically designated as a Total Small Business Set-Aside, requiring submissions from small businesses that meet the size standard of $47 million under NAICS code 513210. The software support is critical for maintaining operational continuity of existing integrated systems, as only the Original Equipment Manufacturers (OEMs) can provide the necessary support due to compatibility issues. Interested parties must submit their offers by 9:00 AM on March 3, 2025, and can direct inquiries to Nichole Hall at nichole.c.hall.civ@mail.mil or Josh Schaufelberger at joshua.t.schaufelberger.civ@mail.mil for further information.

    Files
    Title
    Posted
    The document outlines a request for contractor services, specifying required information and maintenance items from Integrated Support Systems, Inc. Key components include maintenance items for various software and tools, all listed with quantities and unit prices of $0.00. A total of 14 maintenance items for both server and client applications are listed, related to software such as SLICwave and S1000D. The contract period spans from the date of award through February 2, 2026, with provisions for new releases or upgrades at no extra cost before this date. Delivery and points of contact information are marked as to be announced upon award. The document indicates the government’s intent to ensure service continuity and support efficiency as part of their procurement process for maintaining critical software systems at Fleet Readiness Center East in Cherry Point, North Carolina. The structure is methodical, clearly outlining requirements, items, and contact details to facilitate a streamlined bidding process.
    This document outlines a Class Justification and Approval (J&A) for an Exception to Full and Open Competition concerning software support for essential proprietary brand-name products utilized by the Defense Information Systems Agency (DISA). It specifies a modification to increase the contractual ceiling to ensure continued software support for existing integrated systems until December 31, 2025. Citing the necessity of maintaining operational continuity, the J&A highlights that only the original equipment manufacturers (OEMs) can provide the required support. Extensive market research supports the assertion that alternative products cannot fulfill the Agency's needs due to compatibility issues. The document also emphasizes efforts to promote competition among authorized resellers within established procurement frameworks. Moreover, it outlines strategies for potential future competitions if brand ownership changes or if alternatives arise, ensuring the ongoing assessment of market options to meet mission requirements effectively. The J&A ultimately reinforces a commitment to ensuring uninterrupted support for existing software systems while adhering to federal procurement regulations.
    The document is a federal solicitation (HC102825R0021) for software support renewal of SLICwave, set to expire on February 2, 2026. The due date for offers is 9:00 AM on March 3, 2025. This contract is specifically set aside for small businesses, with a size standard of $47 million based on the NAICS code 513210. The solicitation outlines requirements for the offer submission, including technical descriptions, pricing, and acknowledgments of the solicitation's terms and conditions. Key evaluation factors include technical acceptability, which mandates responses be from the Original Equipment Manufacturer (OEM) and a valid System for Award Management (SAM) registration. Pricing needs to be clear and comprehensive. Clauses regarding telecommunications equipment and services are highlighted to ensure compliance with federal regulations, particularly those preventing procurement from covered entities. This solicitation reflects the government's focus on facilitating small business participation and maintaining high compliance standards in selecting contractors. Overall, it signifies a structured approach to obtaining vital software support while ensuring equitable business opportunities and adherence to regulatory requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spectrum Information System (SIS) Sustainment & Enhancement
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the sustainment and enhancement of the Spectrum Information System (SIS). This procurement aims to secure custom computer programming services to ensure the ongoing functionality and improvement of the SIS, which plays a critical role in managing spectrum resources for military operations. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested vendors should reach out to Quin Conerly-Anderson at quin.s.conerly-anderson.civ@mail.mil or 667-891-2946, or Ramona Lin at ramona.y.lin.civ@mail.mil or 301-225-2159 for further details.
    Spectrum Information System (SIS) Sustainment & Enhancement
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the sustainment and enhancement of the Spectrum Information System (SIS). This procurement aims to secure custom computer programming services that will support the ongoing development and maintenance of critical IT and telecom applications. The SIS plays a vital role in managing spectrum resources, which are essential for national defense operations. Interested small businesses are encouraged to reach out to Quin Conerly-Anderson at quin.s.conerly-anderson.civ@mail.mil or 667-891-2946, or Ramona Lin at ramona.y.lin.civ@mail.mil or 301-225-2159 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    DoD NIPRNet and SIPRNet eDiscovery Software as a Service
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking sources for a cloud-based eDiscovery Software as a Service (SaaS) solution to operate on the DoD NIPRNet and SIPRNet. The system must meet stringent cybersecurity requirements, including DISA’s Authorization to Operate (ATO), and provide essential functionalities such as legal hold management and Freedom of Information Act (FOIA) case management. This procurement is critical for ensuring secure and efficient data management within the DoD, with a contract period starting from January 4, 2026, to January 3, 2027, and four potential one-year options thereafter. Interested parties, particularly small and socio-economically disadvantaged businesses, must submit their responses by March 12, 2025, demonstrating their capability to meet the outlined requirements, and can contact Joseph Nichols or Melyssa Lafontaine for further information.
    RTI SWM
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for software and support services related to RTI Connext DDS Professional subscriptions. The procurement includes a developer subscription license and a basic support subscription, both intended for a one-year term from April 7, 2025, to April 6, 2026, emphasizing compliance with federal procurement regulations and commercial supplier agreements. This opportunity highlights the government's commitment to acquiring commercial software solutions while promoting small business participation, including set-asides for service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Interested vendors should submit their proposals electronically and can contact Marica Rennie at marcia.m.rennie.civ@us.navy.mil or by phone at 540-742-5921 for further information.
    59--WAVEGUIDE ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of waveguide assemblies, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the Small Business Administration (SBA) guidelines, specifically targeting the Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing industry, classified under NAICS code 334220. Waveguide assemblies are critical components used in various electronic and communication systems, emphasizing their importance in defense applications. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS website. The solicitation encourages timely submissions to ensure participation in this federal contracting opportunity.
    Local Telecommunication Services (LTS) Conversion from LSTDM to SIP Trunking
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the conversion of Local Telecommunication Services (LTS) from LSTDM to SIP Trunking at the Cheyenne Air National Guard Base in Wyoming. The objective is to provide 24/7 managed telecommunication services while ensuring no loss of capability during the transition, which is mandated due to diminishing support for the outdated LSTDM technology. This procurement is categorized under NAICS code 561990 and is set aside for small businesses, with a total small business threshold of $16.5 million. Quotations are due by February 26, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible. For further inquiries, contact Christopher Davalos at christopher.davalos.1@us.af.mil or 307-772-6887.
    Defense Information Systems Agency (DISA) - Sources Sought Notice for Capacity Services Communications
    Buyer not available
    The Defense Information Systems Agency (DISA) is seeking potential sources for its Communication Services Capacity III (CSC III) initiative, aimed at enhancing communication capabilities across various Department of Defense applications. The procurement focuses on scalable communication solutions that ensure high availability rates (99.95% to 99.999%) and includes requirements for project management, technical assistance, and compliance with strict security protocols. This ten-year contract will cover both domestic and international DISA locations, and interested vendors must demonstrate relevant experience and possess Secret Facility Clearances. Responses are due by March 14, 2025, and should include detailed capabilities statements to facilitate future procurement efforts. For inquiries, contact Shaun Bright at shaun.m.bright.civ@mail.mil or Jeremy Markusic at jeremy.d.markusic.civ@mail.mil.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library, with a focus on supporting ruggedized laptops and tablets across multiple Air Force bases. The procurement aims to ensure effective management and maintenance of technical order distribution and client devices from March 28, 2025, to March 27, 2030, emphasizing the importance of operational readiness and compliance with established protocols. Interested small businesses are encouraged to submit proposals that address technical capabilities, past performance, and pricing, with a total small business set-aside designation under NAICS code 541519. Proposals must be submitted by the specified deadline, and inquiries can be directed to Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    Synopsys software license renewals
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting bids for the renewal of Synopsys software licenses. This procurement aims to secure essential software services that support various defense-related applications, emphasizing the importance of maintaining up-to-date software for operational efficiency. The solicitation encourages participation from Women-Owned Small Businesses (WOSB), including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), promoting inclusivity in federal contracting. Interested contractors should contact Joshua Tester at joshua.e.tester.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for further details regarding submission requirements and deadlines.
    58--RUGGED FLAT PAN DSP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is preparing to solicit bids for the procurement of rugged flat pan digital signal processors (DSP). This presolicitation opportunity is set aside for small businesses, in accordance with FAR 19.5, indicating a total small business set-aside. The DSPs are critical components in IT and telecom networks, particularly for analog voice products, ensuring reliable communication systems for military operations. Interested vendors can reach out to April N. Schlusser at (717) 605-7230 or via email at APRIL.SCHLUSSER@NAVY.MIL for further details and to stay informed about the upcoming solicitation timeline.