ANNUAL SOFTWARE RENEWAL
ID: N4215823RC30251Type: Justification
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
    813 Torque Meter System (TMS) Readout
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure 22 units of the 813 Torque Management System Readout from Concepts NREC, LLC, located in White River Junction, VT. This procurement is being conducted on a sole source basis due to the proprietary nature of the system, with Concepts NREC being the Original Equipment Manufacturer and the exclusive data rights holder. The items are critical for aircraft maintenance and repair, ensuring operational efficiency and safety. Interested parties may submit responses by December 11, 2025, at 1:00 pm EST, with inquiries directed to Mr. Juan Carlos Belmonte at juancarlos.r.belmonte.civ@us.navy.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    Multisim Power Pro Edition License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a single perpetual license of the Multisim Power Pro Edition software. This procurement is a Total Small Business Set-Aside and requires the software to be delivered via download, along with a three-year customer service contact for availability. The software is crucial for various applications within the laboratory, emphasizing the need for new equipment that meets specific brand requirements. Interested vendors must submit their quotes, including shipping costs, to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil by the specified deadline, ensuring compliance with all outlined terms and conditions.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    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.
    Multisim Power Pro Edition
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a single perpetual license of the Multisim Power Pro Edition software, along with a three-year customer support agreement. This procurement is essential for government operations, as the software is used for measuring and testing electrical signals, which is critical in various defense applications. Interested vendors must ensure they are authorized distributors of the software and include shipping costs in their quotes, with all submissions due by the specified deadline. For further inquiries, vendors can contact Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil or by phone at 202-923-1249.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    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) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Citrix Software Application
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding in Newport News, Virginia, is seeking bids for the renewal of Citrix software applications, including CITRIX Xen Desktop. This procurement is a 100% Small Business set-aside for a Firm Fixed Price contract, requiring the acquisition of 590 units of Citrix Universal Hybrid Multi-Cloud Government and 590 units of Citrix US 24/7 Support, both of which are brand-name-only products. The Citrix software is crucial for the operational efficiency of the U.S. Navy, ensuring reliable access to applications and support services. Bids are due by December 9, 2025, at 4:30 PM EST, with questions accepted until December 5, 2025; interested parties can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further information.
    Signal Studios License
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for a "Signal Studio for MESG" along with a 12-month "Transportable KeysightCare software support subscription." This procurement is a Total Small Business Set-Aside and aims to acquire specialized software and support services essential for measuring and testing electrical signals. Interested vendors must provide brand name or equivalent items, ensuring compliance with OEM warranty and service requirements, with all submissions due via email to Elizabeth Harley by the specified deadline. For further inquiries, vendors can reach out to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil or by phone at 202-923-1249.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.