Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOURCES SOUGHT

R -- OpenFOAM Multiphase Multidimensional Support

Notice Date
5/13/2020 2:01:57 PM
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0BKQ
 
Response Due
6/3/2020 12:00:00 PM
 
Archive Date
06/18/2020
 
Point of Contact
Lester Croft, Jason Kenlan
 
E-Mail Address
lester.c.croft.civ@mail.mil, jason.a.kenlan2.civ@mail.mil
(lester.c.croft.civ@mail.mil, jason.a.kenlan2.civ@mail.mil)
 
Description
The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), Propulsion Technology Division, Propulsion Research & Development Branch (PR&DB) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide telephonic/digital technical support to the United States Government (USG) in the development of a multiphase, multidimensional interior ballistics solver using the OpenFOAM software architecture.� This support includes technical assistance in the development of the solver (e.g., programming assistance, debugging the code, using internal functions in the OpenFOAM toolbox), and developing the appropriate programmatic algorithm to numerically solve the governing equations.� Furthermore, the contractor will provided technical consultation so the engineers at CCDC-AC can appropriately leverage the OpenFOAM software architecture and develop a well-maintained/documented custom interior ballistics solver.� Upon completion, the general solver shall be maintained by the maintainers of OpenFOAM such that it is supported with future releases of the program and new features can easily be added to the solver.� This is permissible since the governing equations of the solver are generic in nature and all proprietary correlations regarding specific gun configurations and propellants can be exclusively maintained internally by CCDC-AC (i.e., as input to the generic solver). BACKGROUND: The applicable NAICS code for this requirement is 519190 with a Small Business Size Standard of $30MM. The Product Service Code is R413. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the high speed optical switches. Firms shall also provide point of contact information, where available, for the efforts cited above.� In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. All submissions are requested to be made via electronic mail to both Points of Contact (POCs) for this action: Les Croft, Contract Specialist, email: lester.c.croft.civ@mail.mil; and Jason Kenlan, Contracting Officer, email: jason.a.kenlan2.civ@mail.mil.� Phone inquiries WILL NOT be addressed; all requests should be submitted in writing via email. Respondents WILL NOT be notified of the results of the survey. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. 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 THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c4654273aa4a4d7ebbf0398182a48659/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN05656793-F 20200515/200513230159 (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.