LARC PowerFLOW Software Renewal
ID: 80NSSC25895758QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Software Publishers (513210)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses and support for the LARC PowerFLOW software, with a focus on maintaining essential technological capabilities for ongoing research and development activities. This procurement involves a sole source contract with Dassault Systems, the exclusive provider of PowerFLOW, which is critical for simulating complex aerodynamic flows and ensuring compatibility with existing datasets. Interested parties may submit their qualifications by 7 a.m. Central Standard Time on February 24, 2025, to determine if a competitive procurement process is warranted, with Shanna Patterson serving as the primary contact for inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA Langley Research Center (LARC) is seeking to renew licenses and support for various software products, primarily the PowerFLOW suite, for the period from April 6, 2025, to April 5, 2026. The statement outlines the installed base of software, specifying the number of licenses and licensing schemes, including concurrent and token-based licensing for products such as PowerCASE, PowerACOUSTICS, PowerDELTA, PowerINSIGHT, PowerVIZ, and two variants of PowerFLOW. Each product has a quantity listed, totaling over 3,000 licenses for PowerFLOW. The place of performance for this renewal will be NASA Langley Research Center, located in Hampton, VA. This RFP highlights the importance of maintaining software licenses for ongoing research and development activities at NASA, reflecting the center's commitment to sustaining important technological capabilities.
    The NASA Shared Services Center recommends negotiating exclusively with Dassault Systems for the acquisition of PowerFLOW licenses and annual support, projected for the period of April 6, 2025, to April 5, 2026. The justification for this sole source solicitation is rooted in PowerFLOW's unique capabilities for simulating complex aerodynamic flows efficiently. The software's proprietary technology allows for rapid grid generation and extensive analysis, crucial for evaluating the aeroacoustic performance of aerospace configurations. The exclusive compatibility of PowerFLOW with existing datasets means that using a different vendor or software would result in significant delays, cost overruns, and operational disruptions. Thus, relying on Dassault Systems is essential for maintaining project timelines and achieving critical technological milestones in aerospace development. The decision emphasizes the impracticality of competition due to the specific requirements of the software and its integral role in NASA's research objectives.
    NASA's Langley Research Center (NSSC) is seeking to renew its LARC PowerFLOW Software and intends to issue a sole source contract to DS Government Solutions Corp, as they are identified as the exclusive provider for this software. The procurement will adhere to FAR Part 12 and FAR Part 13, focusing on the acquisition of commercial items and services. Interested parties have the opportunity to submit their qualifications in writing by 7 a.m. Central Standard Time on February 24, 2025; these submissions will be evaluated solely to determine whether a competitive procurement process is warranted. Importantly, the government retains the discretion to proceed or not with full and open competition based on the responses received. Communication regarding this notice must be in writing, and oral communication is not permitted. For further inquiries, Shanna Patterson, the Procurement Specialist, is the primary contact. The NAICS Code pertinent to this procurement is 513210.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Siemens Simcenter Flomaster Fluid System & Dynamic AP SW Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its licenses for the Siemens Simcenter Flomaster Fluid System and Dynamic AP Software for fiscal year 2025. This procurement is essential for ongoing engineering support of Rocket Propulsion Test Projects at the Stennis Space Center, where the software's unique capabilities are critical for maintaining operational efficiency and project integrity. The contract period is set from January 1, 2025, to December 31, 2025, with responses to the solicitation due by February 25, 2025. Interested small businesses must register at SAM.gov and direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    FY25 Trane Services and Tracer ES License Support
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking a sole-source acquisition for the renewal of proprietary software licenses, specifically for Tracer TU Professional Edition, as part of the FY25 Trane Services and Tracer ES License Support initiative. This procurement includes annual license renewals for three individuals, software updates, training for one year post-purchase, and Software Maintenance Plans (SMP) for fifty-eight existing Application SC+ Controllers across various NASA buildings. The renewal is crucial for maintaining operational software systems that effectively manage building controls at the Langley Research Center. Interested parties can contact Tracy Bremer at tracy.g.bremer@nasa.gov or call 228-813-6136 for further details, with the performance period set from February 27, 2025, to February 28, 2026.
    Codeware Software Maintenance Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew maintenance for Codeware Software, specifically for two licenses essential for engineering assessments and asset integrity management. The procurement includes License 23599 for COMPRESS, which provides support and updates with an ASME VIII-2 option, and License 81781 for INSPECT, an on-premises subscription focused on fixed equipment asset integrity. This maintenance service is critical for maintaining essential software services that support NASA's engineering and operational workflows at the Ames Research Center, with the service period set from March 23, 2025, to March 22, 2026. Interested parties can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further details.
    TECHNOLOGY TRANSFER OPPORTUNITY: Assembly for Simplified Hi-Res Flow Visualization (LAR-TOPS-348)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a simplified hi-res flow visualization assembly. This assembly, developed by researchers at NASA's Langley Research Center, is a compact and easy-to-use optical system that enables focusing schlieren imaging. It reduces complexity and alignment time compared to conventional systems, and is self-aligned, compact, and cost-effective. The assembly can be attached to a commercial-off-the-shelf camera and is capable of fields-of-view of 10 and 300 millimeters. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
    TECHNOLOGY TRANSFER OPPORTUNITY: High-Fidelity Sonic Boom Propagation Tool (LAR-TOPS-329)
    Buyer not available
    Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market the High-Fidelity Sonic Boom Propagation Tool (LAR-TOPS-329). This tool, developed by NASA's Technology Transfer Program at the NASA Langley Research Center, predicts and mitigates sonic boom levels for supersonic aircraft. It incorporates atmospheric and terrestrial effects, handles aircraft trajectories and maneuvers, and offers an updated approach to accurately predict sonic boom ground signatures. The tool has potential applications in the design and development of next-generation supersonic aircraft, enabling pilots and operators to plan flight paths to reduce noise footprints. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    TECHNOLOGY TRANSFER OPPORTUNITY: More Reliable Doppler Lidar for Autonomous Navigation (LAR-TOPS-351)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a more reliable Doppler Lidar for autonomous navigation. This technology, known as Navigation Doppler Lidar (NDL), was pioneered by NASA for precision navigation and executing well-controlled landings on surfaces like the moon. The NDL utilizes the Frequency Modulated Continuous Wave (FMCW) technique to determine the distance to the target and the velocity between the sensor and target. However, the current sensor cannot determine the sign (+/-) of the signal frequencies, resulting in false measurements of range and velocity. NASA has developed an operational prototype of a method and algorithm that works with the receiver to correct this problem. The technology is available for license rights on an exclusive or nonexclusive basis and may include specific fields of use. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information and to express interest, please visit the provided links. No follow-on procurement is expected from responses to this notice.
    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.
    TECHNOLOGY TRANSFER OPPORTUNITY: Wind Event Warning System (LAR-TOPS-229)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market a wind event warning system technology developed by NASA Langley Research Center. The Wind Event Warning System (WEWS) is a high-energy Doppler LIDAR sensor that provides a practical early warning system for severe changes in the wind vector. It can detect events such as gusts, shear, microbursts, or thunderstorm outflows, allowing for timely prevention of damage to wind turbines or aircraft. Additionally, it can help regulate power draw in the electrical grid by ramping up or down an alternative power source as needed. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS) by visiting the provided link. For more information and inquiries, please contact NASA's Technology Transfer Program via email at Agency-Patent-Licensing@mail.nasa.gov. This opportunity aims to promote public awareness of NASA-developed technology products and conduct preliminary market research for potential future licensing opportunities. No follow-on procurement is expected from responses to this notice.