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
    Loading similar opportunities...