Skip to content
Department of Defense

G2 Gensym Development Software Procurement

Solicitation: N6833526R1033
Notice ID: e4c84e01f4fb491f888e18131d7440f1
TypeSources SoughtNAICS 513210PSC7A21DepartmentDepartment of DefenseAgencyDept Of The NavyStateNJPostedJan 21, 2026, 12:00 AM UTCDueJan 26, 2026, 05:00 AM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Jan 26, 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 NJ
Live POP
Place of performance
Cape May Ch, New Jersey • United States
State: NJ
Contracting office
Joint Base Mdl, NJ • 08733 USA

Point of Contact

Name
Zaib Nageeb
Email
zaib.nageeb.civ@us.navy.mil
Phone
2405879805

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC AD • NAVAIR WARFARE CTR AIRCRAFT DIV
Contracting Office Address
Joint Base Mdl, NJ
08733 USA

More in NAICS 513210

Description

This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information. There is no solicitation package available.

The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of two (2) Gensym G2 License Standard Success, P/N GEN-OP-GG2-SIL in support in support of the Advanced Arresting Gear (AAG) program.

ELIGIBILITY

The PSC code for this procurement is 7A21 - IT And Telecom - Business Application Software (Perpetual License Software).

The NAICS for this requirement is 513210 – Software Publishers.

In addition, small businesses are required to provide the following information to enable the Government to determine eligibility.

1. Company ability to perform at least 50% of the tasks described in the requirements.

2. Company classification. For example; large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern.

REQUIREMENTS

Procurement of Quantity 2 Development licenses and support for Gensym G2 software which is used on Advanced Arresting Gear specifically Healthmap. Needs to be compatible with software installed on Ford class carriers and at Lakehurst test sites. 

CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS

Interested companies are invited to submit a Capabilities Package of no more than 3 pages in length, single spaced, 12-point font minimum. The Capabilities Package will be used to determine a company's ability to meet the requirements in Attachment 1 and the information requested in the Capability Package Submittal Information and Instructions 1-2.

The Government requests interested companies to submit documentation to address the following information:

1. Company Name and Address; applicable CAGE code, company point of contact and position along with contact information.

2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status.

The Government may subsequently opt to conduct company site visits to further determine eligibility and capability.

The purpose of this RFI is to identify potential contractors capable of supplying the above requirements. Please note that this Request for Information is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and Government is not obligated to award a contract as a result of this announcement. Respondents are notified that formal solicitation MAY NOT necessarily result from this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government.

HOW TO RESPOND

Interested companies shall respond within (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI via e-mail no later than 26 January 2026, 5:30 PM EDT to Contract Specialist, Zaib Nageeb at zaib.nageeb.civ@us.navy.mil.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.