Oasys PRIMER Software Lease for Crash Simulation
ID: 693JJ924Q000023Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFNATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION693JJ9 NHTSA OFFICE OF ACQUISTIONWASHINGTON, DC, 20590, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted May 3, 2024, 12:00 AM UTC
  2. 2
    Updated May 3, 2024, 12:00 AM UTC
  3. 3
    Due May 8, 2024, 5:00 PM UTC
Description

Summary: The Department of Transportation, specifically the National Highway Traffic Safety Administration, is seeking a lease for Oasys PRIMER software for crash simulation. This software is used as the main analysis tool for crash simulations, allowing users to understand occupant kinematics and restraint performance. The software is compatible with NHTSA's computer system resources and is essential for their research and regulatory efforts. The procurement is for a firm fixed-price purchase order, with specific quantities and pricing outlined in the solicitation document. Interested parties should submit their quotes by the specified deadline. For more information, contact Thomas J. Bub, the Contract Specialist at thomas.bub@dot.gov.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
NOTICE OF INTENT TO SOLE SOURCE: ANSYS ZEMAX OPTIC STUDIO
Buyer not available
The National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with ANSYS Inc. for the procurement of Ansys Zemax OpticStudio Platinum and Premium software. This acquisition is essential for NIST's project aimed at characterizing extreme ultraviolet (EUV) scintillator materials, which are crucial for developing optical systems that convert EUV radiation into visible light for measurement purposes. The software is uniquely required due to its built-in fluorescence modeling capabilities, which are not available from any other vendor, making ANSYS the sole provider of this proprietary software. Interested parties may submit responses to the government contacts listed, but no solicitation package will be issued, and the contract will be a Firm Fixed Price purchase order under NAICS Code 513210, with a size standard of $47 million.
VA One Software Maintenance & Support/Lease.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking to renew its software maintenance and support lease for the VA-One software package, which is critical for various flight projects at the Goddard Space Flight Center (GSFC). The procurement involves a sole source contract with ESI North America Inc., the only vendor capable of providing the necessary licensing, technical enhancements, and support for the VA-One acoustic analysis software. Timely renewal of the software licenses is essential to prevent potential delays in project timelines and ensure uninterrupted operations within the agency. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 12:00 p.m. Eastern Standard Time on April 14, 2025, to be considered for this procurement.
Omega NExT PRO-02 Software
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure Extended Product NExT PRO-02 Software Support on a sole-source basis from Parraid, LLC, located in Hollywood, MD. This procurement includes a base year and two option years for software support, as the NExT PRO-02 Software is proprietary to Parraid. The software is critical for operational capabilities within the Navy, and interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Donell Sims, by the deadline of five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
Haverly's Software, Support and Training for Oil Blending Simulation
Buyer not available
The Department of Energy's Strategic Petroleum Reserve is seeking to negotiate a sole source contract with Haverly Systems Inc. for software, support, and training related to Crude Oil Blending Simulation. The objective is to acquire advanced software that accurately estimates the properties of proposed oil blends, surpassing traditional algebraic methods. This procurement is crucial for enhancing the accuracy of crude oil blending processes, which is vital for operational efficiency in the energy sector. Interested parties must submit their written responses indicating their capabilities by April 16, 2025, at 10:00 A.M. CST, to Bennetta Hamilton at bennetta.hamilton@spr.doe.gov.
Visual Planning Software in support of the FY25 Spaceport Scheduling Project.
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Visual Planning Software in support of the FY25 Spaceport Scheduling Project. The procurement includes a one-year on-premise subscription for various user licenses, along with comprehensive consulting and training services aimed at enhancing operational capabilities at the Kennedy Space Center. This software is critical for efficient schedule management, conflict elimination, and integration with existing systems, ensuring continuity and efficiency in NASA's operations. Quotes are due by April 16, 2025, with the performance period expected to commence on July 1, 2025. Interested vendors must demonstrate authorization as a reseller of the Visual Planning software and can contact Laura Quave at laura.a.quave@nasa.gov for further information.
ATICTS Software
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the ATICTS Software through a combined synopsis/solicitation process. This procurement involves a firm fixed price contract for the renewal of an annual subscription to the Automated Tool Inventory Control Tracking System (ATICTS) and D3 multi-value database software, which is critical for managing tools used in the repair and overhaul of Coast Guard aircraft. The contract will be awarded on a sole source basis to Data Enterprises of the Northwest, Inc., covering a one-year base period with four optional one-year extensions, with an estimated total value of $135,490 for 34 users from October 1, 2025, to September 30, 2030. Interested vendors must submit their quotations by April 17, 2025, to Denise Davis at Denise.D.Davis@uscg.mil, ensuring compliance with all specified terms and conditions.
Developing Pedestrian Realistic Artificial Datasets (RADs)
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the development of Realistic Artificial Datasets (RADs) focused on pedestrian volumes to enhance roadway safety. The primary objectives include identifying gaps in existing pedestrian data, utilizing advanced technologies such as artificial intelligence to generate these datasets, and creating a standalone software solution that will aid in safety research and urban planning. This initiative is crucial in addressing the rising pedestrian fatalities and improving safety measures for vulnerable road users. The contract is expected to be awarded as a firm-fixed price agreement, with an estimated budget of $400,000 over a performance period of 30 months. Proposals are due electronically by April 25, 2025, and interested parties can contact Amalia Rodezno at amalia.rodezno@dot.gov or Jonathan Agudelo at jonathan.agudelo@dot.gov for further information.
Accelerating Market Readiness Program
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the Accelerating Market Readiness Program, aimed at enhancing the integration of innovative technologies in highway transportation. This initiative seeks to address critical transportation challenges by inviting proposals that focus on six key innovation topics, including safety, project delivery efficiency, infrastructure performance, climate sustainability, equity, and advanced simulation techniques. The program is designed to foster collaborations among transportation organizations to conduct field tests and document results, ultimately advancing technologies to a market-ready status. Interested parties can reach out to Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov for further information. The solicitation is part of a five-year Broad Agency Announcement, with ongoing opportunities for submission.
The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide annual maintenance and engineering support for the Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) located in Oklahoma City, Oklahoma. The procurement aims to establish a five-year contract, beginning in June 2026, to ensure compliance with Original Equipment Manufacturer (OEM) specifications while delivering technical, engineering, and administrative assistance for the simulator's repair and maintenance. This facility plays a crucial role in advancing aircraft cabin safety through research and technological improvements, necessitating effective communication and collaboration with equipment manufacturers and governmental organizations. Interested parties must submit their responses to the Request for Information by 3:00 PM Central Time on April 21, 2025, and can direct inquiries to Kimberly Sites at kimberly.sites@faa.gov.
Sole Source Special Notice for a Purchase Order for Point Security Inc. to Provide Maintenance and Service for Smiths Detection X-Ray Security-Screening Systems at DOT
Buyer not available
The U.S. Department of Transportation (DOT) is issuing a sole-source special notice to award a contract to Point Security, Inc. for the maintenance and service of two Smiths Detection 6046si X-ray systems utilized in security screening at DOT Headquarters in Washington, D.C. The contractor must be certified by Smiths Detection to ensure proper maintenance and service, as the systems contain high voltage components that require specially trained personnel to prevent damage and ensure safety compliance. The estimated contract value is approximately $10,500 per year, with a performance period from October 1, 2024, through September 30, 2029. Interested firms that believe they can meet the qualifications must submit a Statement of Qualifications via email to the designated contacts by April 23, 2025.