ANNUAL SOFTWARE RENEWAL
ID: N4215823RC30251Type: Justification
AwardedMay 4, 2023
Award #:N4215823P0031
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    ANNUAL SOFTWARE RENEWAL
    Currently viewing
    Justification
    Similar Opportunities
    26-SIMACQ-E60-0005 SMART License
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking interested parties for the procurement of Supportability Management Assessment Report Tool (SMART) Licenses through a Sources Sought Notice. This opportunity includes a base year license along with four option year licenses, all classified as commercial items under the NAICS code 513210, which pertains to Software Publishers. The SMART Licenses are crucial for enhancing supportability management assessments within the Navy's operational framework. Interested vendors should reach out to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details regarding this procurement initiative.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    QFS SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.
    6635 - 66 -- TESTER, TORQUE WRENCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to negotiate and award a contract for a Tester, Torque Wrench, under a justification for other than full and open competition. This procurement is critical for ensuring the accuracy and safety of torque indicating equipment used on various naval ship classes, including DDG, NBU, SSGN, and CG 65, as the item is essential for verifying torque settings in military applications. The only approved source for this item is A K O Inc, which has met all necessary qualifications to provide the required equipment. Interested parties can reach out to Daniel Shepley at 1-717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil for further details regarding this opportunity.
    Altair Software
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to procure Altair software on a sole-source basis from Altair Engineering Inc. This procurement includes 35 units of FEKO software, along with options for two additional years, to ensure compatibility with existing antennas and maintain consistency across various organizational sites. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, within five days of this notice, referencing solicitation number N6893626Q5053. For further inquiries, interested parties can contact Beth Exzabe at beth.a.exzabe.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is specifically aimed at contractors who hold a Seaport-NXG Multiple Award Contract, emphasizing the importance of specialized engineering services in supporting the Navy's Research, Development, Test and Evaluation (RDTE) components. Interested parties can reach out to primary contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or by phone at 540-487-5799, or secondary contact Alana Clifford at alana.n.clifford.civ@us.navy.mil or 540-706-9653 for further details regarding the solicitation process.
    400 MHz nuclear magnetic resonance spectrometer for the United States Naval Academy
    Dept Of Defense
    The Department of Defense, through the United States Naval Academy (USNA), is soliciting proposals for a 400 MHz nuclear magnetic resonance (NMR) spectrometer as part of a full and open competition. The procurement requires the NMR system to include specific features such as a broadband probe, autotuning, variable temperature capabilities, a 24-sample autosampler, and compatibility with Windows 11 Enterprise, while ensuring that no components are sourced from prohibited countries. This equipment is crucial for the USNA Chemistry Department's research and educational activities. Quotes are due by January 9, 2026, at 10:00 AM EST, and must be submitted via email to Megan Evans. Vendors must be registered in SAM, and the evaluation will focus on technical acceptability and price, with consideration given to past performance.