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
    TIME CHARTER; RORO FOR GENERAL CARGO AND ROLLING STOCK
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of Roll-On/Roll-Off (RO/RO) vessels capable of transporting up to 15,000 square feet of rolling stock and general cargo. The procurement aims to identify suitable vessels that feature deployable ramps for efficient loading and unloading, as well as accommodations for operational support, with a charter period anticipated to begin on August 1, 2025. This initiative is critical for enhancing military logistics and operational readiness, ensuring the effective transport of various military vehicles and equipment as outlined in the detailed inventory provided. Interested parties must submit their responses by February 7, 2025, and can direct inquiries to Yvonne Escoto at yvonne.escoto.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
    MSC - ENGINE ROOM CONTROL SYSTEMS MAINTENANCE AND REPAIR (ERCS)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and repair of Engine Room Control Systems (ERCS) for T-AO 187 Class vessels and the USNS Supply. The contract, identified by solicitation number N3220525R2149, aims to source services and parts from authorized contractors of L3 Harris Technologies, Inc. and MSC-certified non-OEM vendors, covering extensive maintenance tasks such as routine servicing, corrective maintenance, training, and parts supply. This procurement is critical for ensuring compliance with OEM standards and maritime regulatory requirements, supporting MSC's operational needs for maritime systems. Interested vendors must submit their proposals by February 11, 2025, with the solicitation expected to be available on SAM.gov around March 3, 2025. For further inquiries, potential contractors can contact Taylor Dunn at TAYLOR.DUNN1@NAVY.MIL or Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil.
    USNS Millinocket Inventory
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors to provide inventory support services for the USNS Millinocket, stationed in Everett, Washington. The procurement aims to conduct a comprehensive inventory of repair parts aboard the vessel, ensuring compliance with Financial Improvement and Audit Readiness (FIAR) standards, with services scheduled to commence on February 14, 2025, and conclude by March 4, 2025. This initiative is critical for maintaining operational readiness and effective logistical support for naval operations, emphasizing the importance of accurate inventory management and documentation processes. Interested parties must submit their quotes by February 11, 2025, and can direct inquiries to Alec M. Ferralli at alec.m.ferralli.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, Bipolar, under solicitation number N3220525Q2123. The systems are critical for naval operations, ensuring the safety and compliance of military vessels with operational standards. Interested vendors must submit their quotes by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    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.
    MSC Financial Management Support Services
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is soliciting proposals for Financial Management Support Services to assist the MSC’s Comptroller Directorate. The contractor will be responsible for providing non-personal services, including data collection, financial analysis, and reporting, with a focus on sustaining the Navy Enterprise Resource Planning (NERP) system and ensuring compliance with federal financial regulations. This contract is crucial for enhancing the financial management capabilities of the MSC and ensuring effective oversight of financial operations. The contract is set for a base period of one year, with four optional years and a possible six-month extension, commencing on April 28, 2025. Interested parties should direct inquiries to Jordan Castellat or Keeley Crosby via their respective emails, and must submit their proposals by the specified deadlines.
    USNS WILLIAM MCLEAN Sliding Block Chains
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of sliding block chains for the USNS William McLean, specifically for T-AKE class ships. This procurement involves mechanical power transmission equipment, including cottered chains, connector links, and offset links, which are critical for underway replenishment operations. The total acquisition is valued at $117,667.50, and the solicitation is not set aside for small businesses, indicating a broad market approach. Interested vendors must submit their pricing, delivery estimates, and technical specifications by 10:00 A.M. on February 7, 2025, with delivery expected to be completed by September 30, 2025. For further inquiries, potential bidders can contact James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting bids for the mid-term availability of the USNS Robert E. Peary (T-AKE 5), scheduled from July 5, 2025, to August 27, 2025, at locations along the East and Gulf coasts of the United States. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are critical for maintaining the operational readiness of the vessel, ensuring it meets the Navy's standards for performance and safety. Interested parties should direct inquiries to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    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.