LS-DYNA Training
ID: N0017825Q6751Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for on-site LS-DYNA training to enhance the capabilities of its engineers in structural mechanics analysis. This training is crucial for supporting advanced hypersonic weapons programs and will cover essential topics such as theoretical foundations, material modeling, and transient analysis, scheduled for May 5–9, 2025, at the University of Mary Washington's Dahlgren Campus for ten participants. The selected contractor, Predictive Engineering Inc., will provide tailored instruction to ensure that NSWCDD staff can effectively utilize LS-DYNA in critical defense-related analyses. Interested parties must submit their quotations by April 9, 2025, with an anticipated award date of May 1, 2025; for inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or 540-498-5241.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 6:05 PM UTC
The document is a Request for Quotation (RFQ) issued by the Naval Surface Warfare Center (NSWC) Dahlgren Division for on-site LS-DYNA training. The purpose is to solicit quotations from contractors to provide customized training on the LS-DYNA structural mechanics analysis software, important for fulfilling design and analysis demands in advanced hypersonic weapons programs. The training is scheduled for May 5–9, 2025, at the University of Mary Washington's Dahlgren Campus for ten participants, with sessions covering various aspects of the software including theoretical foundations, material modeling, and transient analysis. The document specifies requirements for the contractor, government-furnished resources, security arrangements, and travel requirements. It includes clauses about payment, invoicing processes, and detailed terms for performance and contract administration. Overall, this RFQ targets specialized training to ensure the ability of NSWC staff to efficiently use LS-DYNA in critical defense-related analyses, emphasizing readiness to meet emerging operational needs. This request adheres to federal procurement processes, indicating the importance of maintaining standards and compliance within governmental contracts and training services.
Lifecycle
Title
Type
LS-DYNA Training
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Propulsor Duct Machining Industry Day
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is hosting an Industry Day on May 1, 2025, to discuss the procurement of Propulsor Duct Machining services. This event aims to provide U.S. Department of Defense contractors with the opportunity to review design drawings and manufacturing requirements for propulsor duct components, which are critical for enhancing naval propulsion systems. Eligible contractors must possess an approved DD Form 2345 and a personnel clearance of at least CONFIDENTIAL to participate, with the solicitation for the associated procurement expected to be posted on SAM.gov in June 2025. Interested parties should contact Jonathan Mauro at jonathan.s.mauro.civ@us.navy.mil or Sam Keith at sam.a.keith.civ@us.navy.mil for further details and to submit required documentation by April 24, 2025.
HYDRAULICS TRAINING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for a hydraulics training system, specifically designed for use at the DLA Maritime - Puget Sound facility in San Diego, California. This procurement is a total small business set-aside and aims to acquire a firm fixed-price supply contract for essential training materials, including a hydraulics training system kit, hydraulic oil, hand tool kits, and necessary inspection and certification services. The training materials are critical for meeting certification requirements and are uniquely tailored to integrate with existing educational systems, emphasizing the importance of proprietary components in the training process. Interested vendors must submit their quotes by April 30, 2025, and are encouraged to direct any inquiries to Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075.
Weapons Effects
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking contractor support for scientific and technical services related to underwater (UNDEX) and air (AIREX) explosion analysis for Navy vessels. The primary objective is to utilize specialized software for simulating underwater shock environments, validating computational models, and conducting damage assessments to enhance ship survivability against weapon effects. This initiative is crucial for advancing the Navy's capabilities in assessing and mitigating the impacts of threat weapon engagements, ensuring operational readiness and compliance with government protocols. Interested parties are encouraged to respond to the Market Research Questionnaire by May 22, 2025, at 1200 ET, and may direct inquiries to Shelby B. O'Neill at shelby.b.oneill.civ@us.navy.mil or Esterlena D Unger at esterlena.d.unger.civ@us.navy.mil.
RIGAKU_XtaLAB Synergy-S FLOW Training
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rigaku Americas Holding, Inc. for on-site applications training related to the newly acquired Rigaku XtaLAB Synergy-S FLOW System. The training aims to equip government personnel with the necessary skills to operate, maintain, and troubleshoot the equipment effectively, ensuring compliance with Original Equipment Manufacturer (OEM) specifications. This training is critical for maximizing the operational capabilities of the Rigaku equipment and will be conducted over three days by a Rigaku Applications Scientist, with completion expected within three months of the purchase order. Interested parties must submit their capabilities to Nicole Coleman at nicole.coleman@navy.mil by April 30, 2025, at 10 AM EST, and must be registered in the System for Award Management (SAM).
Bolted Joints Combo Course
Buyer not available
The Department of Defense, specifically the Supervisor of Shipbuilding, Conversion and Repair in Groton, Connecticut, intends to award a sole source contract for a Bolted Joints Combo Course to the American Society of Mechanical Engineers. This training is crucial for enhancing the skills and knowledge of personnel involved in shipbuilding and maintenance, ensuring compliance with industry standards. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are encouraged to express their capabilities by May 2, 2025, at 5 PM (EST). For further inquiries, potential respondents can contact Stephanie Brass at stephanie.m.brass.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil.
ESS Tactical Training (PSNS & IMF)
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking proposals from qualified small businesses to provide Engagement Simulation Systems Tactical Scenario Based Training for military and civilian security personnel. The training aims to enhance tactics and procedures for responding to threats against high-value assets, consisting of a one-day refresher course and a two-day initial course, with a maximum of 20 students per session. This contract, identified as solicitation number N4523A25R6020, is critical for ensuring the preparedness and safety of security forces operating within sensitive environments, with a performance period from May 12, 2025, to June 30, 2025. Interested vendors must submit their proposals by April 25, 2025, and direct any questions to the primary contact, Rolf Jacobson, at rolf.a.jacobson.civ@us.navy.mil, by April 16, 2025.
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility, is seeking proposals for a 3-Step Heavy Equipment Operator Training program aimed at enhancing the skills of personnel at its Bremerton, Washington location. The contract will provide comprehensive training services, including online modules, simulator training, and in-person qualification classes, to ensure operators are proficient in emergency response procedures. This initiative is critical for maintaining operational readiness and safety at the shipyard, particularly in light of the need for trained personnel to handle emergency situations effectively. Proposals are due by April 28, 2025, and interested vendors must register with the System for Award Management (SAM) and comply with federal regulations; for further inquiries, contact Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
TruePlanning Software Package
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the procurement of the TruePlanning Software Package, which includes various Unison Engineering products essential for enhancing cost estimation capabilities. The contract, valued at approximately $356,149.82, will cover a Base Year from July 1, 2025, to June 30, 2026, with two additional Option Years extending through June 30, 2028. This software is critical for producing credible lifecycle estimates and conducting "should cost" analyses to ensure fair pricing for aviation purchases. Interested vendors must submit their proposals by May 5, 2025, and can direct inquiries to the primary contact, Donald Hinkson, at donald.hinkson@dla.mil or by phone at 445-737-3994.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, and firms must be registered in the System for Award Management (SAM) to be eligible for award.