Sole Source to The Mathworks, Inc. for Mathworks Software products
ID: N61331-25-T-JK01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center Panama City Division (NSWC PCD), intends to award a sole source contract to MathWorks, Inc. for the procurement of MATLAB software products, including specialized toolboxes such as the Computer Vision Toolbox and Deep Learning Toolbox. This acquisition is critical as the software is already in use by project personnel, and transitioning to alternative software would incur significant retraining costs, project delays, and increased risks of errors. The total estimated value of this procurement exceeds $25,000, and the contracting officer has determined that MathWorks is the sole provider of these products in North America, ensuring the best value and lowest overall cost to the government. Interested parties can contact Jamell Kilgore at jamell.kilgore@navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum serves as a sole source justification for awarding a firm fixed price contract to MathWorks, Inc. for several MATLAB software toolboxes needed by the Naval Surface Warfare Center Panama City Division (NSWC PCD). This acquisition includes licenses for specialized software such as the Computer Vision Toolbox and Deep Learning Toolbox, with an estimated total value exceeding $25,000. The justification emphasizes that MathWorks is the sole manufacturer and provider of these products in North America, meaning alternatives could lead to significant retraining costs, project delays, and risks of errors. The contracting officer has determined that awarding the contract to MathWorks provides the best value and lowest overall cost to the government. The requirement will be publicly announced due to its estimated value. The memo confirms MathWorks' unique qualifications and the absence of viable competitors, advocating for a sole source award to meet the agency's specific needs efficiently.
    This government document outlines the contract administration framework for federal contracts, emphasizing requirements related to performance, invoicing, and point-of-contact details. Key sections include delivery terms (F.O.B. Destination), electronic payment provisions, and an extensive range of contractual clauses governing the operations, such as cybersecurity, subcontracting rules, and regulations concerning foreign purchases and telecommunications. Specific guidelines detail processes for invoicing, requiring contractors to provide comprehensive cost breakdowns and notify the appropriate contracting personnel of payment requests. The document underscores compliance with federal holidays, operational hours, and outlines the authority of designated contracting officers and representatives in managing contract modifications and oversight. It also stresses the handling of sensitive trade information by third-party contractors. This comprehensive framework ensures the efficient administration of contracts while adhering to relevant statutes and safeguarding government interests.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Senvol Machine Learning and Transfer Learning Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole-source fixed-price contract to Senvol LLC for the procurement of machine learning and transfer learning software. This software is critical for enhancing the capabilities of NAWCAD Lakehurst, NJ, and extensive market research has confirmed that Senvol LLC is the only vendor capable of fulfilling the government's specific requirements. The procurement will be conducted under the authority of 10 USC 3204(a)(1) as implemented in FAR 6.302-1, and while no solicitation package will be available, responses from interested parties will be considered within fifteen days of this notice. For further inquiries, Clement Slavick can be contacted at clement.m.slavick.civ@us.navy.mil or by phone at 240-572-2429.
    US3D Cluster Software
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of US3D Cluster software to VirtusAero LLC, based in Minneapolis, MN. The requirement includes a 2-seat floating license for the US3D Cluster software, which is essential for advanced computational modeling and simulations. This procurement falls under the NAICS code 541511 for Custom Computer Programming Services and will utilize Simplified Acquisition Procedures, with a total estimated value not exceeding $250,000. Interested parties may express their interest and capability by contacting Rashard Woodland or Alvin Williams via email, referencing Notice of Intent number N00173-25-Q-1301197261.
    Mastercam Software Maintenance Renewals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure Mastercam Software Maintenance Renewals on a sole-source basis from CAD/CAM Consulting Services Inc. This procurement includes the renewal of Mastercam Software Licenses, Annual PostCare Maintenance, and Annual Post Processor Maintenance, which are critical for maintaining the functionality and support of existing software in use. Interested firms that believe they can meet these requirements are invited to submit a written response, including a capability statement, to the primary contact, Andrea Farrell, by email within five days of this notice. For further details, potential bidders should ensure their registrations in the System for Award Management (SAM) are active and compliant with all requirements, including certification through Defense Logistics Information Services (DLIS) for accessing Controlled Unclassified Information.
    V5 eCBM system and supporting software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia, is seeking to procure support for the V5 eCBM system on a Sole Source basis. This procurement will involve soliciting and negotiating with only one source, as authorized under FAR 13.106-1 (b) (1) (i), to fulfill the specific requirements for the system and its supporting software. The V5 eCBM system is critical for high-performance computing applications within the Navy, emphasizing the importance of reliable and efficient electronic components. Interested parties should direct any inquiries to Dorene C. Nollie at dorene.c.nollie.civ@us.navy.mil, as no phone calls will be accepted regarding this notice.
    Standalone Annual License of nTop Design Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract for the annual licensing of nTop Design Software to nTopology, Inc. This procurement includes a named-user license for both "nTop Software" and "nTop Automate" for a duration of 12 months, along with a three-month onboarding and customer support package for individual users, ensuring effective utilization of the software. The software is critical for enhancing operational efficiencies within the NRL, and the total value of the contract will not exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or by phone at 202-875-9579, referencing Notice of Intent number N00173-24-Q-1301194927.
    Studio 5000 Professional
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Studio 5000 Professional licenses. Studio 5000 Professional is a type of business application software used for various purposes within the IT and telecom industry. The Naval Surface Warfare Center Philadelphia intends to award the contract to Kendall Electric on a sole source basis. The place of performance for this procurement is Philadelphia, PA, USA. For any inquiries, please contact Shawn M. Waters at shawn.m.waters11.civ@us.navy.mil.
    Notice of Intent to Award Sole Source to Second Front
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to Second Front for the procurement of their Game Warden Builder (Developer Toolkit). This toolkit is essential for providing software development tooling, program management functions, and analysis tools within an accredited environment, along with integration services into production environments and specified hardware devices. The Game Warden Builder is critical for enhancing operational capabilities, and Second Front is identified as the only source capable of delivering these specialized services. For further inquiries, interested parties can contact Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262.
    Environmental Systems Research Institute, Inc. (ESRI), ArcGIS Geospatial Software
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for the annual renewal of ArcGIS software licenses. The licenses are used by the Naval Post Graduate School for academic instruction and research in Computer Science, Space Systems, and the Graduate School of Engineering and Applied Sciences. ArcGIS is a geospatial and map making/modeling software that provides spatial analysis and modeling features. The contract will be a firm fixed price contract and the anticipated award date is on or before the end of January 2024. The place of delivery is Naval Post Graduate School in Monterey, CA. Interested sources must submit a capability statement by November 17, 2023, demonstrating their ability to provide the licenses and proof of being an authorized distributor.
    SOLE SOURCE - Engineering Services for Synthesizers, MMSP and Fleet Sustainment Issues
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting engineering services for synthesizers, MMSP, and fleet sustainment issues on a sole source basis. The procurement aims to address critical engineering needs related to search, detection, navigation, guidance, and aeronautical systems, which are vital for maintaining operational readiness and effectiveness in defense operations. Interested parties can reach out to Jacob LaFree at jacob.m.lafree.civ@us.navy.mil for further details regarding the solicitation process. Additional information regarding funding amounts and deadlines will be provided in the solicitation documentation.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.