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.