ANSYS Software
ID: N0016725Q1012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure ANSYS software and associated support exclusively from Ansys, Inc. This sole-source acquisition is necessary due to the unique capabilities of ANSYS software, which is essential for conducting finite element analysis (FEA) in structural, thermal, and multiphysics simulations critical to the Department of Navy's design evaluations. The procurement will follow Simplified Acquisition Procedures, with a firm fixed-price purchase order expected to be awarded, and interested vendors are invited to submit capability statements by 12:00 PM on April 8, 2025. For inquiries, interested parties may contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) plans to procure ANSYS software and related support exclusively from Ansys, Inc. due to the lack of alternative compatible products. This sole-source acquisition, in accordance with FAR 6.302-1(a)(2)(ii), is justified as Ansys is the sole provider for the required support. The procurement will follow Simplified Acquisition Procedures and is expected to result in a firm fixed-price purchase order. Interested vendors can submit capability statements by 12:00 PM on April 8, 2025; however, this notification does not constitute a request for competitive proposals. The government retains full discretion not to seek competition based on the responses received. Inquiries regarding the procurement should be directed to Michael Bonaiuto via the provided email address. This acquisition reflects the government's intent to efficiently secure specialized software while maintaining compliance with procurement regulations.
    The document outlines a federal solicitation for the procurement of ANSYS software at the Naval Surface Warfare Center, Carderock Division (NSWCCD) for the fiscal year 2025. It specifies the need for various ANSYS software licenses, including reinstatement fees for ANSYS DesignModeler and ANSYS SpaceClaim, as well as licenses for ANSYS Discovery Enterprise and ANSYS Mechanical Enterprise PrepPost. The purpose of acquiring this software is to support the evaluation and verification of finite element analysis (FEA) conducted by contractors, facilitating simulations in structural, thermal, and multiphysics analysis. The contract details a firm fixed-price arrangement with specific performance delivery dates set for March 28, 2025. It emphasizes the necessity of maintenance and technical support for the software over the stipulated period of performance. Compliance with a multitude of federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses is mandated, ensuring adherence to guidelines on safety, labor standards, and electronic payment systems. Overall, the solicitation aims to bolster the naval community's capability to assess critical simulations while maintaining conformity with federal regulations and standards.
    The memorandum outlines the justification for a sole source acquisition by the Naval Surface Warfare Center, Carderock Division (NSWCCD) under the Simplified Acquisition Threshold (SAT). The document highlights the need for ANSYS software, essential for structural, thermal, and multiphysics simulations utilized in evaluating contractor analyses related to Department of Navy designs. The use of ANSYS is justified as no alternative software offers similar functionality or seamless integration with CAD systems. Additionally, the transition away from ANSYS could incur substantial costs and operational disruptions due to model conversion issues, further emphasizing the necessity of maintaining the current software licenses. The justification aligns with FAR regulations allowing limited sourcing under specified circumstances and reinforces the strategic importance of ANSYS for the agency’s operational efficiency and continuity. Overall, this memorandum serves as a formal foundation for confirming that ANSYS is the uniquely qualified provider for the required software, essential for the agency's analysis capabilities.
    Lifecycle
    Title
    Type
    ANSYS Software
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    BRAND NAME SOLE SOURCE – ANSYS STK LICENSE/MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a brand name sole source license and maintenance for ANSYS STK software. This procurement is justified under the notice type "Justification" and falls within the IT and Telecom sector, specifically for business application software with a PSC code of 7A21. The ANSYS STK software is critical for various defense applications, providing essential capabilities for modeling and simulation. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SOLE SOURCE - Atomic Force Microscope
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure a sole-source Bruker MultiMode 8-HR atomic force microscope (AFM) system for the United States Naval Academy (USNA) in Annapolis, Maryland. This acquisition aims to enhance advanced research capabilities in high-resolution imaging and quantitative nanoscale characterization, while also supporting midshipmen's educational activities. The selected system will upgrade the existing Bruker MultiMode 8, ensuring compatibility with current equipment and providing proprietary imaging modes essential for non-destructive analysis of various surfaces. Quotes are due by December 16, 2025, and interested parties must be registered in SAM.gov to participate. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – SOFTWARE LICENSES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    SOLE SOURCE – Mastersizer 3000 laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Mastersizer 3000 laser through a sole source justification. This procurement is focused on acquiring a chemical analysis instrument that is critical for various defense-related applications. The Mastersizer 3000 is essential for precise particle size analysis, which plays a significant role in material characterization and quality control processes. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    ABAQUS SOFTWARE TRAINING
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHEODTD), intends to award a sole-source contract for ABAQUS software training to Trimech, located in Columbia, Maryland. This procurement aims to secure specialized training services for the ABAQUS software, which is critical for advanced modeling and simulation in defense applications. The contract will be a firm fixed price agreement, with a performance period not exceeding September 30, 2026, and is being pursued under noncompetitive procedures due to Trimech being the only known source capable of fulfilling the government's requirements. Interested parties may express their capabilities by December 17, 2025, and should direct inquiries to Tammy Kershner at tammy.r.kershner.civ@us.navy.mil.