Notice of Intent to Sole Source COMSOL License
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Software Publishers (513210)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source a COMSOL License, which is essential for advanced computational modeling and simulation in various defense health applications. This procurement aims to secure a software license that supports research and development efforts within the Army Medical Research Acquisition Activity, highlighting the importance of such tools in enhancing medical research capabilities. The opportunity is located in Massachusetts, and interested parties can reach out to Jeffrey Sprecher at jeffrey.b.sprecher.civ@health.mil for further details regarding this procurement.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Intent to Sole Source Licensing Requirement
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, has issued a Special Notice regarding an Intent to Sole Source Licensing Requirement. This procurement aims to secure specific licensing services that are critical for the agency's operational needs at Fort Belvoir, Virginia. The services sought are essential for maintaining compliance and operational efficiency within the agency's logistics framework. Interested parties can reach out to Anjelica Hill at anjelica.hill@dla.mil for further details regarding this opportunity.
    LS DYNA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking qualified vendors to lease the ANSYS INC LTSC LS-Dyna Large System Core, with a requirement for 125 units for the license period from May 1, 2025, to April 30, 2026. This procurement is aimed at acquiring advanced computational resources necessary for government and research purposes, emphasizing the importance of utilizing cutting-edge technologies in defense operations. Interested vendors must be authorized resellers and are required to comply with various federal regulations, including inspection and acceptance criteria, invoicing through the Wide Area Workflow (WAWF) system, and adherence to ethical standards. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at 540-613-3296 for further information.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source a procurement opportunity for medical, dental, and hospital equipment and supplies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423450, which pertains to medical and surgical instruments, equipment, and supplies. The goods and services sought are critical for supporting healthcare operations, particularly in military settings, and will be performed in Bethesda, Maryland. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further details.
    Notice of Intent to Sole Source TRIGA Reactor Console Software Modification
    Buyer not available
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Plantation Productions, Inc. for modifications to the TRIGA reactor console software utilized by the Armed Forces Radiobiology Research Institute (AFRRI). The procurement aims to enhance the proprietary software that is critical for USU's mission of training health professionals dedicated to military and public health services. This specialized software plays a vital role in military medicine and research capabilities, underscoring the importance of effective educational support tools. Interested parties are invited to submit bids if they can demonstrate that competition would be beneficial, with responses due via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    "Notice of Intent to Sole Source" Maintenance on SUN CHECK Linear Accelerators at NMCP
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a presolicitation notice for a sole source contract for maintenance services on SUN CHECK Linear Accelerators at the Naval Medical Center Portsmouth in Virginia. The procurement aims to ensure the operational efficiency and reliability of these critical medical devices, which are essential for delivering radiation therapy in clinical settings. Interested parties should note that the contract falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, with a PSC code of J065 for medical equipment maintenance. For further inquiries, potential vendors can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil.
    specialized engineering support in the form of both software programming and hardware integration services for their NUH-60 simulator, other flight simulators, UH-60 helicopter, and other associated research equipment.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking specialized engineering support for software programming and hardware integration services related to the NUH-60 simulator, other flight simulators, the UH-60 helicopter, and associated research equipment. The objective of this procurement is to enhance the operational capabilities and functionality of these critical training and research tools. These services are vital for ensuring the effectiveness and reliability of military training simulations, which play a crucial role in preparing personnel for real-world operations. Interested parties can reach out to Grant Gratton at grant.a.gratton.civ@health.mil or 304-279-3435, or Tonya Kreps at tonya.r.kreps.civ@health.mil or 301-619-2519 for further information.
    Brand Name - Mathworks LicenseRenewals
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.