Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2025 SAM #8663
SPECIAL NOTICE

99 -- Fleet Numerical Meteorology and Oceanography Center (FNMOC), Intel Corporation OneAPI Base and HPC Toolkit

Notice Date
8/13/2025 3:56:01 PM
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024425QS102
 
Archive Date
08/31/2025
 
E-Mail Address
jonathan.a.stames.civ@us.navy.mil
(jonathan.a.stames.civ@us.navy.mil)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A BRAND NAME SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference No: N00244-25-Q-S102. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i). The only source being available to meet the Governments needs as a required brand name is: Intel Corporation 2200 Mission College Boulevard Santa Clara, California 95054-1549, United States The North American Industry Classification System (NAICS) code for this requirement is 334111; the business size standard is 1250 (number of employees). The objective of this brand name sole source award is to provide Intel Corporation OneAPI Base and HPC Toolkit (Multi-Node) Enterprise Edition Small - Commercial (ESD), quantity of one (1) single site license to cover 50 Concurrent seats. Without the license, the Fleet Numerical Meteorology and Oceanography Center (FLENUMMETOCCEN) will lose capabilities of compiling weather data in support of mission operations and will not be in compliance with Cyber Security requirements. Programmers use this software to analyze, correct, and compile code that is run on Intel-equipped computers. This software is the most effective solution for optimizing and compiling code. The compiler/ troubleshooting package contributes directly to the high-performance computing (HPC) operations that produce and deliver weather and oceanographic prediction information to deployed Naval forces and assure safety of ship and flight operations. SECNAVINST 5230.15 mandates that all commercial-off-the-shelf (COTS) software applications must have paid vendor support, if available. Violators run the risk of having to remove the non-supported applications from the systems. This software license is proprietary and only sold by Intel and its authorized dealers. Only the manufacturer or its authorized resellers are capable of providing the software, approved patches, tools, and updates in alignment with all Information Assurance (IA) requirements. Navy and Marine Corps policy requires all hardware and its applications to be approved by the appropriate Field Area Manager (see NAVADMIN 124/05 and MARADMIN 226/04). The software is intended for use with the current systems and components and all components are registered with FLENUMMETOCCEN in the DON Application and Database Management System (DADMS), installed and operational. The Intel OneAPI Site License supports the current systems and there is no other source besides the manufacturer and its dealers for Oracle/Sun hardware maintenance support, and un-installing the existing systems and purchasing another brand of switches would require re-engineering, integration, testing, and re-certification, resulting in costs and risks to operations that would not be recovered through competition as well as resulting in unacceptable delays in fulfilling FLENUMMETOCCENs mission. This notice of intent is not a request for competitive proposals, and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the Intel Corporation OneAPI Base and HPC Toolkit (Multi-Node) Enterprise Edition Small - Commercial (ESD), quantity of one (1) single site license to cover 50 Concurrent seats. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a brand name sole source contract. Capability statements are due by 10:00 AM PST, August 19, 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jonathan.a.stames.civ@us.navy.mil NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92941a175a6a406a94c63c27b996675d/view)
 
Record
SN07548675-F 20250815/250813230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.