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.