SOURCES SOUGHT
70 -- Notice of Intent to Award Sole Source
- Notice Date
- 5/13/2021 10:39:19 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA8650-21-Q-4399
- Response Due
- 6/7/2021 2:00:00 PM
- Archive Date
- 06/22/2021
- Point of Contact
- Robin Marks, Phone: 9377139867
- E-Mail Address
-
robin.marks@us.af.mil
(robin.marks@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, SimuTech, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 14 June 2021.� The period of performance (PoP) shall be from 15 June 2021 � 14 June 2022.� PSC: 7A21 NAICS: 511210 Size Standard: $41.5M Subscription name: � ANSYS TECS Software Supplier name: SimuTech Product description: This product is renewal subscription of ANSYS Technical Enhancements and Customer Support (TECS). The software is a structural analysis simulation tool essential to research and analysis conducted by AFRL. This product is for purchase through SimuTech, ANSYS�s contracted product partner. The renewal will support the following services: ANSYS Mechanical Solver ANSYS Mechanical PrepPost Design Modeler ANSYS Geometry Interface ANSYS High Processing Capability Product characteristics an equal item must meet to be considered: This procurement will provide maintenance updates, upgrades and support to keep the ANSYS software operational, and compatible with the latest computational hardware, and operating systems It will also enhance technical usability of the ANSYS software for researchers in AFRL/RQHX Branch� The ANSYS modeling software referenced in Section B can only be maintained/updated in conjunction with ANSYS� TECS maintenance package. The modeling software itself, is required to execute quick turnaround finite element analysis of thermal and mechanical components/systems, and is specifically used in wind tunnel and test article research and design This notice of intent is not a request for competitive quotations.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government.� The Government will consider responses received within 25 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603.� If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.� A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.� ���Contractors should be aware of the following information: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. Company CAGE Code or DUNS Number.� In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Robin Marks at robin.marks@us.af.mil and Bradley Adams at bradley.adams.6@us.af.mil no later than 7 June 2021, 5:00 PM EST.� Any questions should be directed to Robin Marks through email.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1dac0fd9f19a4f659b98168456edccc0/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN06001854-F 20210515/210513230127 (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 |