Pointwise Software Support Renewal
ID: PANRSA-25-P-0000009762Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5200, USA
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking to renew its software support for Pointwise, a proprietary software essential for computational fluid dynamics (CFD) applications. This sole source requirement is based on the unique capabilities of Pointwise, which is critical for generating high-fidelity aerodynamic modeling for both rotary and fixed-wing aircraft, and no viable alternatives were identified during market research. The renewal is vital for maintaining operational efficiency and supporting ongoing defense projects, with plans for contract award in Fiscal Year 2025. Interested parties may submit capability statements, but no solicitation documents are available at this time, and the agency will not cover any costs incurred in response to this notice.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The document outlines a justification for the U.S. Army Contracting Command to procure a renewal license for Pointwise software, which is essential for computational fluid dynamics (CFD) applications. The rationale for not seeking full and open competition is based on FAR 6.302-1(a)(2), asserting that Pointwise is the only available software that meets the Army's specific needs for generating high-fidelity aerodynamic modeling for both rotary and fixed-wing aircraft. Market research confirmed no viable alternatives, as other software options, such as ANSYS and Simcenter Star CCM+, do not fulfill the Army's requirements for high-order mesh generation. Despite efforts to generate competition through requests for bids via CHESS and GSA Advantage, no alternatives were identified, leading to a recommendation for a sole-source award. The document emphasizes the historical use of Pointwise by the Systems Readiness Directorate and plans for contract award in Fiscal Year 2025. This justification maintains the Army's commitment to maintaining effective capabilities for aircraft design and airworthiness assessments while adhering to federal regulations.
    The document outlines a request for renewal of software support for Fidelity Pointwise, specifically for the Systems Readiness Directorate at DEVCOM AvMC. The request indicates the need for continued support for two licenses of the software, emphasizing the importance of maintaining operational efficiency for defense systems. By securing this renewal, the Directorate aims to uphold software functionality, which is critical for ongoing projects and operations. The renewal process falls within typical government RFP protocols, connecting to overarching goals of ensuring state-of-the-art tools for technical preparedness and mission success. This request demonstrates the commitment to reinforce capability through effective software management in government operations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.
    Brand Name - Mathworks LicenseRenewals
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    AdaCore GNAT Pro Software
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals for the procurement of AdaCore GNAT Pro Software through solicitation FA813925Q0009. This opportunity involves a sole-source, firm-fixed-price contract aimed at acquiring assurance and analysis tools, with a delivery timeline of 30 days after receipt of order. The software is critical for ensuring high-quality software services within the Air Force, reflecting the government's commitment to efficient procurement while supporting small business participation. Proposals must be submitted by March 21, 2025, and interested parties can contact Britt Brown at britt.brown.2@us.af.mil or Anthony Dollard at anthony.dollard@us.af.mil for further information.
    Hexagon Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure maintenance services for Hexagon Metrology software on a sole-source basis. This procurement is for the renewal of an existing license, which is critical for maintaining operational capabilities within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Virginia Dennison, by email no later than 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.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Buyer not available
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    99--SUPPORT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the procurement of a spare part from The Boeing Company. The specific requirement involves the acquisition of one unit of the aircraft support item with part number 74A734130-2011, which is critical for operational readiness, and is only available from the Original Equipment Manufacturer (OEM). This procurement is governed by the provisions of FAR Part 15, with a contract duration of one year, and is not set aside for small businesses. Interested parties must submit their capability statements to Jessica M. Gershenfeld at jessica.m.gershenfeld.civ@us.navy.mil within 15 days of this notice, with the solicitation expected to be issued on March 25, 2025, and proposals due by April 25, 2025.
    Sole Source aircraft components
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Richmond, Virginia, is initiating a presolicitation for a sole source procurement of aircraft components, specifically targeting 207 National Stock Numbers (NSNs) associated with various weapon systems and operational platforms. The primary objective is to issue a Request for Proposal (RFP) to the Original Equipment Manufacturer (OEM), Parker Hannifin Corporation, which has been identified as the approved source for these components, ensuring that the items meet the necessary military standards and operational requirements. This procurement is critical for maintaining military readiness and logistics, as it encompasses essential parts such as filters, valves, and transmitters, which are vital for various military applications. Interested parties, including non-OEM sources, must submit their letters of interest and any relevant documentation by January 8, 2025, to the contracting officer, Kenya Allamby, at kenya.allamby@dla.mil, with the anticipated closing date for the solicitation set for April 9, 2025.