CSI BRIDGE AND SAP2000 MAINTENANCE
ID: 693C7325Q000009Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotes for the maintenance of CSiBridge and SAP2000 software licenses. This procurement aims to ensure the continued functionality and support of these critical software tools, which are essential for structural analysis and bridge engineering projects. The selected vendor must be an authorized reseller of Computers & Structures, Inc., as the software is uniquely suited for finite element calculations required for Federal Lands projects. Quotations are due by February 24, 2025, and interested vendors should contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Basic Safeguarding of Covered Contractor Information Systems" clause, which mandates essential security measures for contractors handling Federal contract information. It defines key terms such as "covered contractor information system" and "Federal contract information," clarifying what data is to be protected. The safeguarding requirements include access control, user identity verification, physical security, monitoring communications, and protection against malicious software. Contractors must also sanitize sensitive data before disposal and report system flaws promptly. Additionally, the clause emphasizes that contractors must adhere to any other Federal safeguarding requirements and include these provisions in subcontracts where applicable. This regulation underscores the importance of securing government-related information and ensuring adherence to established safety protocols in response to the growing need for cybersecurity in federal contracting.
    The Federal Highway Administration is procuring SAP2000 software for $26,255, with Computers and Structures Inc. as the sole source provider. SAP2000 is a finite element program designed for static and dynamic analysis of structural systems, particularly suited for bridge engineering. The software complies with AASHTO, ACI, and AISC standards and allows bridge models to be defined parametrically, accommodating the specific needs of bridge engineers. The rationale for the sole source acquisition is based on the software's exclusive functionality in performing finite element calculations needed for Federal Lands projects, as well as cSi Inc.'s status as the only authorized distributor offering necessary technical support, software upgrades, and maintenance. This procurement falls under FAR Part 13, simplifying the acquisition process for amounts under $250,000, thus underscoring the urgency and specificity of the requirement.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which enforces compliance with Section 889 of the John S. McCain National Defense Authorization Act of 2019. It mandates that offerors disclose if they provide, or use, covered telecommunications equipment or services when engaging with the government. If affirmative, offerors must submit comprehensive details about the equipment and services, including manufacturer information and intended use. These measures aim to prevent procurement of systems utilizing potentially harmful technologies, emphasizing the need for proper review against the System for Award Management (SAM) list of excluded parties. The provision underscores significant restrictions on contracting with entities employing such covered technologies, protecting national security interests while ensuring transparency in government procurement processes.
    The document outlines the "Covered Telecommunications Equipment or Services-Representation" provision, which must be included in government contracts as specified in 52.204-26. It establishes the definitions of "covered telecommunications equipment or services" and "reasonable inquiry," referencing clause 52.204-25. The provision instructs Offerors to consult the System for Award Management (SAM) for any entities excluded from federal awards related to telecommunications equipment. Offerors are required to make representations regarding whether they provide such equipment or services and whether they utilize covered telecommunications at all in their operations. This process includes conducting a reasonable inquiry to arrive at their representations. The document emphasizes the importance of transparency and adherence to federal regulations concerning telecommunications safety and compliance, aimed at preventing contracts with parties using potentially harmful equipment or services. The overall goal is to ensure the integrity of federal contracts amidst national security concerns related to telecommunications.
    The document is an RFQ (Request for Quotation) issued by the Eastern Federal Lands Highway Division of the Federal Highway Administration. It requests quotes for maintenance renewals of cloud key licenses for various software products including CSiBridge and SAP2000. The submission deadline for quotations is set for February 24, 2025. Vendors must be authorized resellers of Computers & Structures, Inc. and are required to provide essential details including their SAM UEI number and CAGE code as part of the quotation process. The RFQ contains specific instructions regarding the required documentation that must accompany submissions, and emphasizes the importance of SAM registration for payment purposes. Additionally, it outlines the guidelines for electronic invoice submission under the new Delphi invoicing system, which mandates data compliance and allows for efficient transaction processing. Provisions related to Section 508 compliance are also included, ensuring that all ICT deliverables meet accessibility standards for individuals with disabilities. This RFQ exemplifies the government's structured approach to procure supplies and services while adhering to federal regulations and promoting inclusivity.
    The document outlines the Department of Transportation's guidelines for compliance with Section 889(a) of the John S. McCain National Defense Authorization Act (NDAA) related to national security. It details the requirements for vendors regarding the use of covered telecommunications equipment and services, primarily from specific Chinese firms. Vendors must declare whether they provide these services or use such equipment, and orders cannot be placed with those deemed non-compliant unless exceptions apply. Definitions are provided for terms like "backhaul," "covered telecommunications equipment," and "critical technology," clarifying the restrictions on procurements. The addendum specifies that merchants must maintain compliance regarding covered telecommunications equipment for one year and notify authorities of any changes within seven days. This compliance framework aims to protect national security by regulating telecommunications and surveillance equipment in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought for Advanced Crash Analysis Technical Support Services
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking qualified contractors for Advanced Crash Analysis Technical Support Services under the Sources Sought Notice (693JJ3-25-SS-0005). The primary objective of this procurement is to identify potential sources capable of providing non-personal technical support services, which include conducting crash simulations, developing finite element models, and analyzing crash data to enhance transportation safety. This initiative is crucial for improving roadway safety and reducing crashes nationwide by studying vehicle and roadside hardware interactions during accidents. Interested firms must submit their responses by February 26, 2025, demonstrating their experience in relevant areas, and can contact Rochelle Infante at Rochelle.Infante@dot.gov or Amalia Rodezno at amalia.rodezno@dot.gov for further information.
    Bentley AutoPIPE Perpetual License & SELECT Sub
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to acquire a Bentley AutoPIPE Perpetual License and SELECT Subscription, specifically for use at the Langley Research Center's High Temperature Wind Tunnel. This procurement is essential for conducting pipe stress analysis, and the software's unique capabilities ensure compatibility with existing systems and historical data, making it irreplaceable for project integration. The opportunity is set aside for small businesses, with bids due by February 19, 2025, at 4:00 p.m. CT, and interested vendors must be registered on SAM.gov. For inquiries, potential offerors can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    CST Studio software renewals
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking proposals for the renewal of CST Studio software, specifically the CST Studio Suite® Concurrent Package and Acceleration Tokens, which are designated as brand name/sole source items. This procurement is essential for maintaining operational capabilities within the department, as the software is critical for various defense-related applications. Interested vendors must comply with federal acquisition regulations and ensure timely delivery to Dahlgren, Virginia, with offers due by February 14, 2025. For further inquiries, potential bidders can contact Sharon Lathroum at sharon.lathroum@navy.mil.
    Project VA NP BLRI 1G27 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of the James River Bridge Structure No. 5140-016P along the Blue Ridge Parkway in Virginia. This project, designated as VA NP BLRI 1G27, involves critical construction tasks such as replacing bridge bearings, repairing cracks, and installing a waterproof membrane, with a total estimated cost between $8 million and $12 million. The initiative aims to enhance the safety and longevity of the bridge while adhering to federal and environmental regulations, reflecting the importance of maintaining infrastructure within national parks. Interested small business contractors must submit electronic bids by February 18, 2025, and can direct inquiries to David Bogner or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Project CATO 10(5), 11(2), ETC - Catoctin Mountain Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the Catoctin Mountain Park project, designated as Project CATO 10(5), 11(2), located in Frederick County, Maryland. The project involves the reconstruction and resurfacing of Route 11 (Foxville-Deerfield Road) and Route 10 (Park Central Road), including full-depth reconstruction, milling, resurfacing, and ancillary improvements, with an estimated total project cost ranging from $5 million to $10 million. This initiative is crucial for enhancing park infrastructure and visitor experience while ensuring compliance with federal regulations and environmental standards. Interested bidders should prepare to submit their bids electronically by the due date specified in the solicitation documents, which are expected to be available around January 21, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    D--MWRO - CIS CAD Support and Maintenace contract
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for the CIS CAD Support and Maintenance contract, aimed at providing essential technical support for its Computer Information System (CIS) Computer Aided Dispatch (CAD) system across five Midwest Region Dispatch Centers. The contract will cover a three-year performance period from March 1, 2025, to February 29, 2028, with a firm-fixed price structure and a total small business set-aside designation to encourage participation from small businesses. This procurement is critical for ensuring uninterrupted CAD services, including 24/7 technical support, software updates, and system maintenance, thereby enhancing operational efficiency and security within the National Park Service. Interested contractors must submit their quotations by the extended deadline of 11:00 AM CST on February 14, 2025, and can reach out to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606 for further information.
    693JJ325Q000006 Amendment 00003 Recreational Trails Program Technical Assistance, Database and Annual Reports
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking qualified contractors to provide technical assistance, develop a searchable database, and generate annual reports for the Recreational Trails Program. The objective of this procurement is to support state agencies and project sponsors in managing recreational trails effectively, with a focus on project management, technical training resource development, database hosting, and detailed reporting on RTP funding utilization. This initiative is crucial for enhancing recreational trail programs through improved collaboration and data management. Interested contractors must submit their proposals by February 19, 2025, at 12:00 PM Eastern time, with the contract period running from March 15, 2025, to March 14, 2030. For further inquiries, contact Robert Martin McNamara at robert.m.mcnamara@dot.gov or call 202-366-4087.
    Rock Creek Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Rock Creek Park Project (Solicitation Number 693C73-25-B-000006) in Washington, D.C. The project involves significant roadway repairs, including full-depth reconstruction, curb and gutter replacements, street light repairs, and drainage improvements, with an estimated total cost between $5 million and $10 million. This initiative underscores the government's commitment to engaging small businesses in public infrastructure projects while adhering to federal regulations and safety protocols. Bid documents are anticipated to be available around February 3, 2025, and interested parties must register on the SAM website for notifications and to complete necessary certifications. For further inquiries, contact Emily McCleary or C. Shawn Long at eflhd.contracts@dot.gov.
    MASTERCAM LICENSES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide MasterCAM software licenses and limited maintenance support through a Firm Fixed Price Purchase Order. The procurement includes two licenses for MasterCAM Mill and Lathe software, along with maintenance services, to be delivered and operational from January 2, 2025, to January 2, 2026, at the U.S. Coast Guard Yard in Baltimore, MD. This software is critical for enhancing the Coast Guard's machining capabilities, ensuring compliance with operational standards and safety protocols. Interested vendors must submit their quotes via email to Erica Perry by February 14, 2025, and adhere to specific invoicing requirements through the Integrated Procurement Platform (IPP), with no advance payments being made.
    Services and Resources for Testing of Interoperability of Secure Credential Management Systems (SCMS)
    Buyer not available
    The U.S. Department of Transportation, through the Federal Highway Administration, is seeking proposals for a three-year federal contract focused on testing the interoperability of Secure Credential Management Systems (SCMS) related to Vehicle-to-Everything (V2X) technologies. The primary objectives include facilitating collaboration among SCMS providers, developing policies, and executing interoperability tests to ensure reliable communication between devices from different providers, thereby enhancing transportation safety and efficiency through Intelligent Transportation Systems (ITS). Interested organizations must submit capability statements detailing their technical abilities by February 21, 2025, with no obligation for a contract resulting from this Sources Sought Notice. For further inquiries, potential respondents can contact Eleanor Nielsen at eleanor.nielsen@dot.gov.