SPECIAL NOTICE
70 -- Brand name Livermore Software Technology Corp. LS-DYNA Annual SW Maintenance - Mission Essential Characteristics (MECs)
- Notice Date
- 8/28/2018
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-18-Q-0271
- Point of Contact
- Shylonda Y. Minter, Phone: 3016199524
- E-Mail Address
-
shylonda.y.minter.civ@mail.mil
(shylonda.y.minter.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Mission Essential Characteristics (MECs) Notice of Intent to Sole Source 1. Solicitation Number: W81XWH-18-Q-0271 2. Sole Source Title: Brand Name Livermore Software (SW) Technology Corp. (LSTC) DYNA SW Maintenance 3. Agency: U.S. Army Aeromedical Research Laboratory (USAARL) 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 5. Location: Fort Rucker, Alabama 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to Livermore Software Technology Corp. (DUNS: 193521972; CAGE Code: 0K410). The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.106-1(b)(1)(i) and the FAR citation title is "Only one source reasonably available (e.g., urgency, exclusive licensing agreement, brand name, or industrial mobilization)". 7. Background: The U.S. Army Aeromedical Research Laboratory (USAARL) provides medical research in the military operations environment to sustain the Warfighter's performance by delivering medical research and developing, testing, and evaluating solutions to air and ground Warriors. USAARL's medical research includes developing return-to-duty standards for Soldiers suffering from neurosensory injuries, mild traumatic brain injuries, determining the effectiveness of life support equipment, and preventing and mitigating ground crew and aircrew biomechanical injuries. 8. Scope and Purpose: This requirement is for the purchase of the Brand Name Livermore Software (SW) Technology Corp. (LSTC) DYNA SW Annual Maintenance of existing LS-DYNA licenses. The annual maintenance ensures upgrades and new versions are provided; access to manuals; the ability to move the software to new hardware (computers, etc.) if necessary; and in Table 1. Table 1: Minimum Essential Characteristics (MECs) - LS-DYNA Software Maintenance LS-DYNA is a finite element program used on a Linux system to create and exercise finite element and rigid body models of human body components and anthropomorphic test devices (ATDs). LS-DYNA's capabilities include, but not limited to: Full 2D & 3D models, nonlinear dynamics, rigid body dynamics, normal modes, thermal and fluid analysis, FEM-rigid multi-body dynamics coupling, failure analysis, crack propagation, implicit springback, and adaptive remeshing. LS-DYNA's element library includes: beams, discrete elements, lumped inertias, lumped masses, accelerometers, sensors, seatbelts, shells, solids, SPH elements, and thick shells. LS-DYNA's contact algorithms includes: flexible body contact, flexible body to rigid body contact, rigid body to rigid body contact, edge-to-edge contact, eroding contact, tied surfaces, CAD surfaces, rigid walls, and draw beads. The maintenance required for the software must provide: 1. Must have updates and upgrades for LS-DYNA, LS-OPT, LS-PrePost, LS-TASC, and LSTC ATD & Barrier Models. 2. Must have access to user manuals. 3. Must have the ability to transer licenses to new/upgraded hardware. 4. Must have technical support for use and transfer of software. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 541511 - Applications software programming services, custom computer-- are classified in U.S. Industry as a small business size standard. 10. Anticipated Period of Performance: The anticipated delivery period is 30 days after contract award. 11. Information to Industry: This is a Notice of Intent to Sole Source for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within five (5) days of public notice to be considered by the Government. A determina¬tion to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 12. Response Due Date: Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 10 AM (EST) September 3, 2018 via e-mail to the Contract Specialist, Shylonda Minter at shylonda.y.minter.civ@mail.mil. No phone calls will be accepted. 13. Notice Closes: This Notice of Intent to Sole Source closes on September 3, 2018 at 10 AM (EST). 14. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-18-Q-0271/listing.html)
- Place of Performance
- Address: U.S. Army Aeromedical Research Laboratory (USAARL), Bldg. 6901 Ferrell Rd., Fort Rucker, Alabama, 36362-0577, United States
- Zip Code: 36362-0577
- Zip Code: 36362-0577
- Record
- SN05059145-W 20180830/180828231058-43f6c2e0ec0c6cbb8bfc149e3e432883 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |