CargoMax SW Renewal
ID: 832468759Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

PSC

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

    Combined Synopsis/Solicitation DEPT OF DEFENSE (DEFENSE INFORMATION SYSTEMS AGENCY) is seeking a renewal of CargoMax software support for the United States Navy Military Sealift Command (MSC). This software support is used to provide annual support for CargoMax, a software used by MSC for their operations. The period of performance for this requirement is from February 11, 2024, through February 10, 2025. The place of performance for this procurement is Norfolk, VA, USA. For more information, please contact Nichole Hall at nichole.c.hall.civ@mail.mil or 6184186070.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    CargoMax SW Renewal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, which will be responsible for the safe navigation, equipment maintenance, and overall upkeep of the vessels, both in-port and at-sea, while also providing necessary shore services. This initiative is critical for ensuring the operational readiness and effective management of the MMSC, which are integral to U.S. naval capabilities and international military cooperation, particularly with the Kingdom of Saudi Arabia. Interested parties should submit requests for additional information by November 15, 2024, and provide feedback on the draft Statement of Work by November 22, 2024. An Industry Day is scheduled for December 11-12, 2024, with registration details available through the primary contacts, Daniel Fisher and Zachary Arriaga, at their respective email addresses.
    ICE-CLASS TANKER EXTENDED-TERM TIME CHARTER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the availability and pricing of an ice-class tanker for an extended-term time charter. The vessel must adhere to stringent specifications, including being a U.S. flag, double hull, and capable of carrying a minimum of 250,000 barrels of clean petroleum products, with specific loading capacities for various fuels. This procurement is crucial for ensuring the operational readiness of the Navy's logistics and transportation capabilities, with the contract period commencing on March 21, 2025, and lasting until March 2026, including an option for an additional year. Interested parties are encouraged to respond by January 22, 2025, and should provide detailed vessel information while indicating their small business status; for inquiries, they may contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
    USNS NEWPORT HABMOD PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking to procure HABMOD materials for the USNS NEWPORT (T-EPF 12) under a combined synopsis and solicitation. The procurement specifically requires habitability outfitting materials that are compatible with existing ship equipment, with Tecnico Fab identified as the sole source vendor due to their proprietary rights and the critical nature of the equipment. This acquisition is urgent, with a required delivery date set for July 3, 2025, and quotations must be submitted by January 15, 2025. Interested parties can contact Matias Parker at matias.l.parker.civ@us.navy.mil or Jerica Bray at jerica.e.bray.civ@us.navy.mil for further details.
    USNS MERCY Main Seawater Expansion Joint Parts
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking to procure main seawater expansion joint parts for the USNS MERCY under a combined synopsis/solicitation. The procurement specifically targets the acquisition of SUPERFLEX 1000 NEO TUBE AND COVER components, which are critical for ship operations and must be compatible with existing equipment to ensure safety and operational readiness. This non-competitive procurement is justified due to proprietary rights and the urgency of the requirement, with a delivery date anticipated for June 29, 2025. Interested vendors should submit their quotes by January 13, 2025, and may contact Edward Yarbrough or Colin Edick for further information.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    SURFACE SUPPORT VESSEL, US WEST COAST
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking information regarding the procurement of a U.S. flag, Jones Act-qualified surface support vessel for operations primarily on the U.S. West Coast, with a focus on submarine rescue missions. The vessel will be required to support at-sea training, maintain high operational readiness, and provide emergency and diving support, necessitating specific capabilities such as minimum speed, dynamic positioning systems, and essential communication and navigation equipment. Interested parties are invited to submit their company details, capability statements, and estimated costs by January 14, 2025, to assist in the upcoming option period for an existing contract. For further inquiries, contact Reah Norris at reah.d.norris.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
    USNS LARAMIE (T-AO 203) FY 2025 Mid-Term Availability (MTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is preparing to solicit proposals for the maintenance of the USNS Laramie (T-AO 203) during its FY 2025 Mid-Term Availability (MTA). The project, scheduled for execution from August 26 to November 8, 2025, will take place at the contractor's facility and will involve significant work items such as general ship services, steel repairs, and system installations. This procurement is specifically set aside for small businesses under NAICS code 336611, reflecting the MSC's commitment to engaging small business resources in defense-related maintenance operations. Interested parties can expect the solicitation to be available around January 16, 2025, and must complete a Non-Disclosure Agreement (NDA) to access the technical work item package; for further inquiries, they may contact Bryan Makuch at bryan.makuch@navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    Renewal of Instant Technologies Team Sessions software support used on CENTRIXS networks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for one year of support and maintenance for Instant Technologies Team Sessions software utilized on CENTRIXS networks. This procurement is aimed at ensuring the continued functionality and compatibility of the software, which is critical for the existing systems, as no other company can provide the necessary support. Interested parties may submit capability statements or proposals by 3:00 p.m. Eastern Standard Time on January 21, 2025, with inquiries directed to Contract Specialist Marcie Wagers at marcia.m.wagers.civ@us.navy.mil. The Government reserves the right to determine whether to conduct a competitive procurement based on the responses received.
    Teledyne Software Renewal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the renewal of Teledyne CARIS HIPS and SIPS Professional software license subscriptions and support. This procurement aims to ensure continued access to essential software updates and maintenance for the Naval Oceanography Operations Command (NOOC) and the Naval Oceanography Mine Warfare Center (NOMWC) until December 31, 2025. The solicitation is classified as a small business set-aside and emphasizes the importance of maintaining interoperability with existing systems, as alternative products would require significant modifications. Interested vendors must submit their proposals by January 14, 2025, at 9:00 AM, and can direct inquiries to Tom Phillips at Thomas.j.phillips80.civ@mail.mil or Josh Schaufelberger at joshua.t.schaufelberger.civ@mail.mil.
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.