Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SPECIAL NOTICE

D -- Ansys, Inc. LSTC LS-DYNA Large System Core software license

Notice Date
6/12/2024 3:08:14 PM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMDTCNOI2401993
 
Response Due
6/19/2024 1:00:00 PM
 
Archive Date
07/04/2024
 
Point of Contact
Hunter Tjugum, Phone: 3034973663
 
E-Mail Address
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
 
Description
NOTICE OF INTENT TO SOLE SOURCE Contracting Opportunities Announcement Type: Special Notice Announcement Number: AMDTCNOI2401993 Title: Ansys, Inc. LSTC LS-DYNA Large System Core software license Introduction This is a notice of intent, not a request for a quotation. A solicitation document will not be issued, and quotations will not be requested. Purpose The National Institute of Standards and Technology (NIST) intends to negotiate a firm-fixed priced purchase order on a sole source basis with Ansys, Inc., located at 2600 Ansys Drive, Canonsburg, PA 15317-0404.� The purchase order will specifically procure the LSTC LS-DYNA Large System Core (�LS-DYNA�) in quantity 35 cores. The license shall be delivered via electronic download with an effective performance period of 10/1/2024 through 9/30/2025. Authority This acquisition is being conducted under the authority of FAR Subpart 13.106(b)(1) allowing the Contracting Officer (CO) to solicit from one source. The North American Industry Classification System (NAICS) code for this acquisition is 513210 � Software Publishers with a small business size standard of $47,000,000. � Description The Materials and Structural Systems Division (MSSD) of the Engineering Laboratory (EL) at the National Institute of Standards and Technology (NIST) develops and promotes the use of science-based tools � measurements, data, models, protocols, and reference standards � to enhance both the global competitiveness of U.S. industry through innovations in building materials and construction technology; and the safety, security, and sustainability of the nation's buildings and physical infrastructure. Among other activities, the MSSD provides performance prediction tools to reduce the vulnerability of building and infrastructure systems to extreme events (e.g., wind, fire, earthquake, impact, blast) through cost-effective reliability-based multi-hazard approaches. MSSD seeks to procure the LS-DYNA software to be used for finite element modeling and analysis and includes pre-processing and post-processing capabilities. In addition, the procurement of the LS-DYNA software license includes technical support, electronic manuals, machine changes, software upgrades and approval for a virtual machine as license server. Sole Source Determination The sole source determination is based on the following: The LS-DYNA software license is required due to continuity of science and continuation of multiple projects at NIST and compatibility with previous results produced by NIST using the LS-DYNA software. The LS-DYNA software license is the only software package that offers full compatibility with previous research and the large number of existing finite element model input files and the large number of output files containing results of finite element analyses, which were produced by the previous research. The LS-DYNA software must be purchased directly from Ansys, Inc and no other sources of supply exist. Information for Interested Parties Interested parties that believe they could satisfy the requirements listed above for NIST may clearly and unambiguously identify their capability to do so in writing by or before the response date for this notice. This notice of intent is not a solicitation. Any questions regarding this notice must be submitted in writing via email to Hunter Tjugum, Contract Specialist, at Hunter.Tjugum@nist.gov. All responses to this notice of intent must be submitted via email to hunter.tjugum@nist.gov so that they are received no later than June 19, 2024, at 4:00 PM, Eastern Time. Each response should include the following Business Information: a.�� �Contractor Name, Address, b.�� �Point of Contact Name, Phone Number, and Email address c.�� �Contractor DUNS d.�� �Contractor Business Classification (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must have an active registration in www.SAM.gov. e.�� �Capability Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac8bb78b740d43e6ad8a947163b3c6d2/view)
 
Record
SN07094330-F 20240614/240612230110 (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.