Skip to content
Department of Defense

Minotaur Data Link Processor (MDLP) Software License

Solicitation: N0017826Q6667
Notice ID: 55de02af3bf24cd7bc1329fcd5dfec1f
TypeCombined Synopsis SolicitationNAICS 513210PSC7A21DepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedJan 29, 2026, 12:00 AM UTCDueFeb 06, 2026, 02:00 PM UTCExpired

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 06, 2026. Industry: NAICS 513210 • PSC 7A21.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$106,048,976
Sector total $168,158,357 • Share 63.1%
Live
Median
$121,528
P10–P90
$20,414$1,958,370
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
63.1%
share
Momentum (last 3 vs prior 3 buckets)
+175867%($105,928,512)
Deal sizing
$121,528 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Dahlgren, Virginia • 22448 United States
State: VA
Contracting office
Dahlgren, VA • 22448-5154 USA

Point of Contact

Name
Sharon Lathroum
Email
sharon.lathroum@navy.mil
Phone
Not available
Name
Amanda Marcella
Email
amanda.marcella@navy.mil
Phone
5407425001

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC DAHLGREN
Contracting Office Address
Dahlgren, VA
22448-5154 USA

More in NAICS 513210

Description

COMBINED SYNOPSIS/SOLICITATION #:    N0017826Q6667

Submitted by: Sharon Lathroum

NAICS Code:  513210

FSC/PSC Code:  7A21

Anticipated Date to be published in SAM.gov: 29 January 2026
 

Anticipated Closing Date: 6 February 2026

Contracts POC Name: Sharon Lathroum

Email Address:  Sharon.a.lathroums.civ@us.navy.mil

Code and Description:  7A21 - IT and Telecom - business application software (perpetual license software)

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.   

Synopsis/Solicitation N0017826Q6667 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. 

This requirement is not eligible for small business set-aside.

Material must be TAA compliant.

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following products manufactured by Ultra Electronics Advanced Tactical Systems, Inc: quantity of one (1), Minotaur Data Link Processor (MDLP) Software License, part number is MDLP. Ultra is located in Austin, Texas. The Offeror shall ensure they can provide the requirements listed in the attached Requirements List.

The required software is exclusive to Ultra Electronics Advanced Tactical Systems, Inc.  Software License.  This software is the Ground Network Extension (GNE) consists of a Cross Domain Solution (CDS) capability which allows Sensitive but Unclassified-Encrypted (SBU-E) sensor data to be ingested and up classified to be ingested by classified networks & utilized as input into long range fires activities. The MDLP software enables various sensor data formats to be converted into the Minotaur proprietary format so that it can be ingested by Minotaur. 

All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures (FAR Part 13), and the order will be issued on a firm fixed-price basis.

All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data and published pricing.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Quote is due 6 February 2026, no later than 12:00 p.m. EST with an anticipated award date by 1 March 2026.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to Sharon.a.lathroum.civ@us.navy.mil  to the RFQ closing.  Please be sure to include Synopsis/Solicitation Number N0017826Q6667 in the subject line.

Attachments –

-SF1449: Solicitation for Commercial Items

-Requirements list

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.