Sources Sought TrackEye Maintenance, Services and Updates Follow-On
ID: 1301234332Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Custom Computer Programming Services (541511)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking sources for the maintenance, services, and updates of the TrackEye software, which is critical for motion analysis at the Atlantic Test Range. The procurement aims to establish a contract for ongoing support, including a one-year license renewal and necessary updates from March 30, 2026, through March 30, 2028, ensuring operational capabilities for the Photogrammetrics Team. This software is vital for military test range operations, requiring annual maintenance and local support from developers to facilitate both two-dimensional and three-dimensional analyses. Interested businesses must submit a capabilities statement by 3:00 p.m. EST on April 1, 2025, to Shannon Canada at shannon.m.canada.civ@us.navy.mil, with the contract anticipated to be a Firm Fixed Price type.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for a maintenance contract renewal and training for TrackEye software at the Atlantic Test Range (ATR) Photogrammetrics Division. This software is essential for motion analysis in military test ranges, requiring annual updates and maintenance to support ATR operations. The agreement covers local support and direct assistance from software developers, with a focus on multiple software configurations for two-dimensional and three-dimensional analyses, as well as integration with MATLAB. Key deliverables include a one-year term license renewal for the software, extending from March 30, 2026, through March 30, 2028. The contractor is responsible for providing timely support and updates, with pricing contingent on no new software purchases during the previous year. The contract emphasizes the importance of maintaining operational capabilities for the Photogrammetrics Team throughout the described period. Contact details for the responsible government official are provided for communication regarding the contract's execution. Overall, this document serves as a formal request for proposal (RFP) related to federal government contracts for software maintenance and support in a defense context.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    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.
    CMPRO Software and Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software and associated support services from Professional System Associates, Inc. (PMA) on a sole-source basis. The procurement includes standard product maintenance, Bronze Level product support, and an Inventory/Production Module, with options for two additional years, emphasizing the necessity of this specific software due to its proprietary nature and integration with existing systems. Interested parties may submit capabilities statements by 12:00 PM on December 29, 2025, although this is not a request for competitive proposals; inquiries should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil. The estimated contract value is based on GSA Schedule prices, and the delivery of software is requested by January 9 for the years 2026, 2027, and 2028.
    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.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    VIDEO TRACKER
    Dept Of Defense
    The Department of Defense, specifically the Defense Logistics Agency (DLA) at Mechanicsburg, is soliciting proposals for the procurement of a VIDEO TRACKER, which falls under the NAICS code 334511 for Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. This contract requires the manufacture and quality assurance of the VIDEO TRACKER, which is crucial for military operations involving radar equipment, as indicated by the associated PSC code 5840. Interested vendors must ensure compliance with various inspection and acceptance standards, and are encouraged to provide their contact information for automated notifications regarding contract modifications. For inquiries, potential bidders can reach out to Kassidy Beinlich at 614-693-0004 or via email at KASSIDY.BEINLICH@DLA.MIL.
    Time-Space-Position Optical Tracking (T-SPOT)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Orlando, is issuing a Sources Sought Notice for the Time-Space-Position Optical Tracking (T-SPOT) project, aimed at identifying potential sources for a technology study and trade space analysis. The primary objective is to develop a system architecture and concept of operations for a non-GNSS-based Time-Space-Position Information (TSPI) truth sensor that can operate effectively in environments where GNSS is denied, thereby enhancing the testing of advanced navigation systems. This initiative is crucial due to the increasing reliance on GNSS navigation systems and the corresponding threats posed by adversaries who seek to jam or spoof these systems. Interested parties must submit a capability statement by 4:00 p.m. EST on February 20, 2026, to the designated contacts, including Peter Jorg and John Mosby, with no funds available for response preparation.
    70--TRACKBALL,CDS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of TRACKBALL, CDS units. The procurement aims to reduce the quantity of required repairs from 29 to 13 units, with a specified Repair Turnaround Time (RTAT) of 76 days, emphasizing the importance of timely and efficient service for operational readiness. This contract is crucial for maintaining the functionality of essential equipment used in various defense operations. Interested contractors should submit their quotes, including unit prices and RTAT, to the primary contact, Chris Dare, at christopher.j.dare2.civ@us.navy.mil, with the expectation of a firm-fixed-price contract structure.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.