OrcaFlex Software
ID: N0016725Q0070Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (5132)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for a firm-fixed price (FFP) purchase of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This request for quotation (RFQ) N0016725Q0070 is a brand name only solicitation due to the unique specifications of the software. Interested parties may submit a capabilities statement showcasing their qualifications to meet the project specifications by February 25, 2025. All submissions must include essential business details such as pricing, contacts, and compliance with relevant regulations. Evaluation will be based on a lowest price technically acceptable (LPTA) method, favoring those whose quotes align with the solicitation criteria and demonstrate acceptable technical capability. The document outlines essential clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), underscoring compliance requirements. It specifies the submission process, deadlines for inquiries, and emphasizes the importance of providing accurate information to facilitate a competitive acquisition process. This solicitation reflects the government’s commitment to maintaining standards in procurement and ensuring that necessary software tools are accessible for operational needs.
    The document outlines a justification for the sole-source procurement of OrcaFlex software by the NSWCCD Acoustic Research Detachment, utilizing the authority permitted for acquisitions under the Simplified Acquisition Threshold (SAT). According to FAR regulations, the approval for this action stems from the determination that only one source—the manufacturer Orcina Ltd.—is able to provide the required software due to its proprietary nature. OrcaFlex is deemed critical for modeling and dynamic analysis in complex underwater marine mooring system projects. Given the specific needs for high-precision hydrodynamic modeling, the software's unique features are indispensable, and no comparable alternatives are available. The document highlights that both restrictive rights and exclusive licensing agreements support this sole-source decision. It includes certifications and approvals from the requesting customer and the contracting officer, confirming that this justification is complete and correct under relevant legal bases. The memo follows standard procedures established by the Department of Navy and emphasizes the necessity of this acquisition for meeting technical and programmatic objectives in naval operations.
    Lifecycle
    Title
    Type
    OrcaFlex Software
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking potential contractors for SMART Program Licenses related to the G/ATOR, SPS-75, and SPS-77 systems. This Sources Sought Notice aims to identify qualified vendors capable of providing several 12-month licenses, with the intent to assess procurement methods that may include small business set-asides or full and open competition. The licenses are critical for the operational capabilities of the Navy's advanced radar systems, ensuring effective performance in various defense applications. Interested parties must submit their company details, capabilities, and rough cost estimates by 3 PM Pacific Time on March 4, 2025, to the designated contacts, Jorge Ortiz and Brian Carpenter, with no guarantee of funding or contractual obligations at this stage.
    Communication/Octopus Cable Assemblies and Associated Connectors
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of communication and octopus cable assemblies along with associated connectors under Request for Quotation (RFQ) N0016725Q0063. This procurement aims to secure a firm fixed price (FFP) purchase order for specific brand name products, although vendors may propose equivalent items, which may not be considered for competition. The goods are critical for maintaining reliable communication systems within naval operations, ensuring effective functionality in defense activities. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil by February 24, 2025, as the evaluation will follow the lowest price technically acceptable (LPTA) method.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    N0017325Q5309 - Sub-Surface Buoy system
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole-source purchase order for a Sub-Surface Buoy system to Deepwater Buoyancy, Inc., located in Biddeford, Maine. This procurement includes specific items essential for research, such as a 49" Spherical Acoustic Doppler Current Profiler (ADCP) Buoy and related components, and is being conducted under Simplified Acquisition Procedures due to its value not exceeding $250,000. The goods are critical for the agency's research needs, emphasizing the importance of specialized supplies in fulfilling operational requirements. Interested parties may submit evidence of their capability to meet these requirements, but the government retains discretion over whether to pursue competitive procurement. For further inquiries, contact Kayrelly Aguirre-Arroba at kayrelly.aguirre-arroba2.civ@us.navy.mil.
    OASIS MONTAJ SOFTWARE SUBSCRIPTION
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to renew the subscription for the Oasis Montaj™ software bundle, which is critical for Unexploded Ordnance (UXO) Quality Assurance efforts. This software, which must be installed on a non-NMCI computer, serves as a vital post-processing tool that integrates geophysical data from various sources, thereby enhancing the analysis of underground anomalies and ensuring efficient data processing and third-party quality assurance. The renewal period for the subscription is set for 15 months, commencing upon purchase, and is essential for monitoring contractors' cleanup efforts and aligning data analysis with established quality objectives in UXO operations. Interested parties can contact Christina E. Simpson at christina.e.simpson@navy.mil or by phone at 301-744-6627 for further details.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    TEAMSPEAK SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is soliciting proposals for the procurement of a Virtual Server license specifically designed for 19 user slots, with a license duration of one year on a perpetual basis. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, emphasizing the government's commitment to promoting inclusivity in its procurement processes. The selected vendor must be an authorized reseller and ensure compliance with federal procurement regulations, as the license is critical for supporting government operations. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868 for further information.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.