Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

70 -- Notice of Intent to Award Sole Source (IASS)

Notice Date
5/14/2021 1:28:14 PM
 
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-F-4405
 
Response Due
5/21/2021 10:00:00 AM
 
Archive Date
06/05/2021
 
Point of Contact
James Batchelor, Phone: 9377135644
 
E-Mail Address
james.batchelor.2@us.af.mil
(james.batchelor.2@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 delivery order to a single source, ANSYS Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 26 May 2020.� The period of performance (PoP) shall be from 1 May 2021 � 31 Apr 2022.� FSC: �7B20 NAICS: �511210 Size Standard: �$41.5 M Software Name: �ANSYS LS-Dyna Supplier name: �ANSYS Inc. Product description: �ANSYS LS-Dyna software is damage analysis software that simulates damage of composite aircraft structure due to impact. LS-Dyna is finite element analysis software that has the capability of running the specific material model (MAT299) developed for modeling impact damage with strain sensitive material data. Product characteristics an equal item must meet to be considered: It has been determined that Ansys Inc. is the single source provider of Ansys LS-Dyna software license and there are no authorized resellers. Equal simulation software must be capable of running a strain rate sensitive material model to simulate the interlaminar delamination. Following are some of the specific capabilities: 1.� The initiation of delamination depends on the failure envelop of a specific material and this failure envelop is sensitive to the rate of loading. Only ANSYS LS-Dyna software has the capability of incorporating a rate-sensitive failure envelop for damage initiation. 2.� The efficiency of simulating delamination damage during an impact event (such as a tool drop) depends on the number of elements required to model the structure. In general, finite element software requires a specific layer of elements between every pair of plies to simulate the delamination damage. ANSYS LS-Dyna has the tie-breaker elements that can incorporate sophisticated damage initiation criteria which is unique to this particular software. 3.�� he damage initiation and damage propagation has to be sensitive to the rate of loading. The MAT299 material model is the only comprehensive material model capable of simulating damage with strain rate-sensitive damage model. This advanced material model has been developed by the partnership between software developer and an air framer to address the most significant deficiencies exist with similar software tools in the industry. 4.� The recently incorporated LS-Dyna solver in ANSYS software suit is the industry leading dynamic solver that is efficient and stable in solving challenging dynamic problems with sophisticated failure mechanisms. The stand-alone LS-Dyna solver has been used by the auto industry for decades as their gold standard for crash testing simulations and the deployment of airbags. 5.� The decades of enhancements to an Explicit Solver has unique stability, scalability, and efficiency, not offered by any other software and the LS-Dyna solver itself is only available within the ANSYS finite element analysis software package. 6.� The adaptive remeshing and the Smooth Particle Hydrodynamic capability offers the ability to simulate the bird-strikes on laminated composite structure where the MAT299 capability can accurately predict the damage to the structure. In addition to the specific features mentioned above, ANSYS software suit has the ability to run the following simulations. 1.� Implicit and Explicit Solvers 2.� Frequency Domain Analysis 3.� ICFD for Incompressible Fluid 4.� Electromagnetics Solver 5.� EMultiphysics Solver 6.� Particle Methods 7.� Contact � Linear and Nonlinear 8.� Adaptive Remeshing 9.� Meshless � SPH and ALE 10.� Advanced CAE 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 5 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: 1.� Contractors must include the following information: ���� a.� Points of contact, addresses, email addresses, phone numbers. ���� b.� 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. ���� c.� 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. ���� d. Company CAGE Code or DUNS Number. 2.� In your response, you must address how your product meets the product characteristics specified above 3.� Submitted information shall be UNCLASSIFIED. 4.� Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to James Batchelor james.batchelor.2@us.af.mil and Stephen Wenclewicz at stephen.wenclewica@us.af.mil no later than 21 May 2020, 1PM EST.� Any questions should be directed to James Batchelor through email.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f68af80c3c041d1bf189392febc6c9a/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06002964-F 20210516/210514230120 (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.