Intent to Award Sole Source ALTAIR
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force, intends to award a Firm-Fixed-Price Purchase order to ALTAIR for software services, with an anticipated award date of October 22, 2024. This procurement is classified as a sole-source acquisition under FAR 13.106-1(b)(1)(i), indicating that ALTAIR is the only reasonably available source for the required services, which will be performed over a period of 365 days following the award. Interested vendors may submit capability statements or proposals within five days of the notice to potentially influence the decision on competition, although the government retains discretion on whether to pursue competitive procurement. Responses must be submitted in an unclassified format, limited to 10 pages, and directed to the designated contacts, JaQuan Dangerfield and Kerisha Wordlaw, by the deadline of October 22, 2024, at 12:00 PM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force intends to award a Firm-Fixed-Price Purchase order to ALTAIR on or about July 5, 2024, under the authority of FAR 13.106-1(b)(1)(i) for work to be conducted until May 31, 2025. This announcement indicates a sole-source acquisition where ALTAIR is the only reasonably available source. Although this notice does not request competitive quotations, interested suppliers may submit capability statements or proposals within five days to potentially influence whether the requirement will be opened for competition. Contractors responding must provide specific information regarding their business size, socioeconomic status, CAGE Code or UEI Number, and demonstrate alignment with product characteristics outlined in a redacted Justification and Approval (J&A). Submitted documents must be unclassified and limited to 10 pages, sent via email to designated Air Force contacts by the specified deadline. This action reflects the Air Force's approach to procurement under federal guidelines, giving preference to small businesses in relevant discussions while maintaining the discretion to determine competition needs.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Intent to Award Sole Source - IEEE
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a sole source contract to the Institute of Electrical and Electronics Engineers (IEEE) for access to the IEEE Xplore database. This procurement aims to secure a Firm-Fixed-Price Purchase order that will provide essential academic resources in electrical and electronics engineering, computer science, and related fields for the Air Force Research Laboratory and the Air Force Institute of Technology. The contract is scheduled for issuance around September 30, 2024, with a performance period from January 1, 2025, to December 31, 2025, and options for four additional years. Interested parties may submit capability statements by October 12, 2024, to Anne Mitchell at anne.mitchell.1@us.af.mil, and Jessica Vetter at jessica.vetter.1@us.af.mil, with responses limited to 10 pages.
    Intent to Award Sole/Single Source - USAFSAM Aeromedical Aviation Laboratory (AAL) Program - Amendment 01
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson AFB, intends to award a sole-source contract to MacAir Aviation, LLC for specialized training services related to the Aeromedical Aviation Laboratory (AAL) Program. This contract focuses on providing maintenance services and repairs for training flight surgeons on the physiological effects of flight, which is critical for ensuring the operational readiness of Air Force personnel. The estimated total value of the five-year contract is approximately $14,038,000, reflecting the unique qualifications of MacAir as the incumbent contractor and the urgency of maintaining a fixed training schedule for 2025. Interested parties may submit capability statements to Natasha Randall at natasha.randall@us.af.mil by November 1, 2024, at 4:00 PM Eastern Time for consideration.
    Missile Warning, Missile Defense, and Space Domain Awareness IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in missile warning and defense, as well as space domain awareness, which are critical for national security and defense operations. The formal solicitation is expected to be released by October 12, 2024, with a pre-proposal conference scheduled for October 22, followed by a classified document review on October 23-24, 2024, requiring security clearance verification. Interested vendors should ensure they maintain an active Joint Certification Program (JCP) status and complete the necessary documentation to access sensitive information, and they can direct inquiries to Steven Dyer at steven.dyer.5@spaceforce.mil or Alexandra McDonald at alexandra.mcdonald.4@us.af.mil.
    DET 23 Brelyon Monitors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Installation Contracting Center, intends to award a sole source contract to Brelyon Inc. for the procurement of two Brelyon Ultra Reality monitors. The primary objective of this acquisition is to assess and alleviate virtual reality sickness among Technical Training students by utilizing these 3D displays, which are designed to minimize peripheral obstruction and enhance the training experience. This initiative aligns with the Air Force's commitment to optimizing training environments while addressing health-related challenges, with the assessment scheduled to take place from November 1, 2024, to May 31, 2025. Interested parties must submit their intent and capabilities to Kevin Harris at kevin.harris.58@us.af.mil by 12:00 PM CDT on October 18, 2024, to be considered for this opportunity.
    Notice of Intent to Single Source-Engineering and Construction Industry Standards Subscription
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to enter into a single-source contract with Allium US Holding LLC (Accuris) for an engineering and construction industry standards subscription. This subscription will provide FAA personnel with online access to the latest industry standards necessary for the design and construction of FAA facilities and the installation of electronic equipment. The contract will cover a base year and is critical for ensuring compliance with military and federal policies, as it includes access to a searchable database of standards from various organizations. Interested parties can direct inquiries to Timothy Thannisch at timothy.g.thannisch@faa.gov by 5:00 PM ET on October 22, 2024.
    7A21 - THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO MATHWORKS AND IS NOT A REQUEST FOR COMPETITIVE QUOTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of MATLAB and Simulink software licenses. The requirement encompasses the MATLAB product family, which includes tools for math, statistics, optimization, code generation, and database access, as well as the Simulink product for event-based modeling and simulation. This software is critical for nearly the entire Naval Postgraduate School campus, facilitating iterative analysis and design processes essential for various engineering applications. Interested parties must submit capability statements by 3:10 PM Pacific Standard Time on October 24, 2024, via email to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals.
    Acquiring and maintaining Feflo software for performing various numerical simulations
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order for the acquisition and maintenance of Feflo software, which is essential for performing various numerical simulations. The procurement is directed towards the Center for Computational Fluid Dynamics, as they are the only responsible source capable of fulfilling the agency's requirements. This software is critical for advanced computational fluid dynamics applications, supporting the NRL's research and development efforts. Interested parties may express their capabilities by referencing Notice of Intent number N00173-25-Q-1301184508, with responses due by October 19, 2024, at 1100 hours. For further inquiries, contact James Buie at james.buie@nrl.navy.mil or call 202-923-1553.
    Alaska Flight Service Automated System - Notice of Intent to Single Source
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to award a single source contract extension to L3Harris Technologies, Inc. for the continued provision of an automated Flight Service system in Alaska. This contract, which may extend for up to five years, is critical for maintaining the operational capabilities of the seventeen Alaska Flight Service Stations, providing essential services such as weather data processing, flight plan processing, and emergency services. The OASIS II system, which is integral to the National Airspace System's safety, is uniquely supported by L3Harris due to proprietary ownership and specialized technical expertise, making it impractical to transition to another contractor. Interested parties may direct inquiries to Tia Belton at tia.l.belton@faa.gov by 4:00 PM (EST) on October 25, 2024, as this announcement serves informational purposes only and is not open for competition.
    Intent to Sole Source Membership Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), intends to award a Sole Source Firm Fixed Price Contract to the Joint Inspection Group (JIG) for a membership that focuses on promoting safe and cost-effective best practices in aviation equipment and fuel quality control. This procurement aims to develop, compile, print, publish, and distribute standards (JIG 1, 2, 3, & 4) essential for aviation fuel quality control and operational procedures. The membership is critical for ensuring compliance with industry standards and enhancing safety in aviation operations. The contract is set for a twelve-month delivery period from January 1, 2025, to December 31, 2025. Interested parties may challenge this sole source decision by submitting written information to the government at dlaea.bps@dla.mil, with inquiries directed to Tuan Trau at tuan.trau@dla.mil or Joy Massey at joy.massey@dla.mil.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.