LS DYNA SW
ID: N0017825Q6706Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a requirement for leasing the LTSC LS-Dyna Large System Core, specifying a quantity of 125 units for the license period from May 1, 2025, to April 30, 2026. It emphasizes that vendors must be authorized resellers to submit quotes. This requirement appears to be part of a federal request for proposals (RFP), aimed at acquiring advanced computational resources for government or research purposes. The structured format highlights the essential criteria, facilitating a streamlined procurement process for responsible vendors who meet the necessary qualifications. This initiative underscores the government’s commitment to utilizing advanced technologies in its operations.
    The document is a federal solicitation for the lease of ANSYS INC LTSC LS-Dyna Large System Core, identified by solicitation number N0017825Q6706, issued by the Naval Surface Warfare Center (NSWC) Dahlgren Division. The offer for this contract is due by 12:00 PM on February 27, 2025. The contract is designated for small businesses and is inclusive of various terms and conditions detailed under the Federal Acquisition Regulation. Key provisions include inspection and acceptance criteria at the destination, invoicing requirements through the Wide Area Workflow (WAWF) system, and various regulatory compliance clauses, such as safeguarding covered contractor information systems. Additionally, the contractor must comply with specific ethical and operational standards, including equal opportunity clauses and confidentiality obligations. The contract emphasizes the need for data rights and proper handling of commercial warranties. With a focus on ensuring compliance with federal standards, the solicitation illustrates the government’s commitment to partnering with qualified businesses while adhering to regulations designed to protect public interest. Overall, this solicitation underscores the procurement process's complexity and the necessity for contractors to navigate regulatory requirements effectively.
    Lifecycle
    Title
    Type
    LS DYNA SW
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    TEAMSPEAK SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is soliciting proposals for the procurement of a Virtual Server license specifically designed for 19 user slots, with a license duration of one year on a perpetual basis. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, emphasizing the government's commitment to promoting inclusivity in its procurement processes. The selected vendor must be an authorized reseller and ensure compliance with federal procurement regulations, as the license is critical for supporting government operations. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868 for further information.
    ASTi HW Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to procure an ASTi hardware upgrade on a sole source basis from Advanced Simulation Technology Inc. This procurement includes various communication and audio equipment aimed at replacing an aging system to enhance internal and external communications capabilities at the facility, with specific requirements for server units, client licenses, audio distribution units, headsets, and software subscription services. Interested offerors must comply with the Trade Agreements Act (TAA) and submit their quotes by February 27, 2025, while ensuring registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.
    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.
    LARC PowerFLOW Software Renewal
    Buyer not available
    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.
    KEYSIGHT OSCOPE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking proposals for the procurement of a Keysight Infiniium S Series 6 GHz 4-channel oscilloscope, identified by part number DSOS604A, along with essential accessories and a five-year calibration service. This procurement aims to enhance technical capabilities for precise electronic testing and research, emphasizing the importance of compliance with federal acquisition regulations and support for small business participation. Interested vendors must be authorized resellers and are required to submit their offers by 12:00 PM on February 26, 2025, ensuring delivery within six weeks of contract award. For further inquiries, potential bidders can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.
    STRATASYS F370 WARRANTY RENEWAL
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the renewal of a one-year warranty for the Stratasys F370 unit, with a focus on maintaining operational readiness and equipment reliability. The warranty renewal encompasses repairs, parts (excluding heads), and on-site labor, which must be fulfilled by Amtek Company Inc. upon government notification, covering the period from March 25, 2025, to March 26, 2026, for Machine Serial Number D02158. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and requires compliance with federal acquisition regulations, with proposals due by 09:00 AM EST on February 24, 2025. Interested parties should direct inquiries to Amy Anderson at amy.c.anderson2.civ@us.navy.mil.
    25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking potential contractors for SMART Program Licenses related to the G/ATOR, SPS-75, and SPS-77 systems. This Sources Sought Notice aims to identify qualified vendors capable of providing several 12-month licenses, with the intent to assess procurement methods that may include small business set-asides or full and open competition. The licenses are critical for the operational capabilities of the Navy's advanced radar systems, ensuring effective performance in various defense applications. Interested parties must submit their company details, capabilities, and rough cost estimates by 3 PM Pacific Time on March 4, 2025, to the designated contacts, Jorge Ortiz and Brian Carpenter, with no guarantee of funding or contractual obligations at this stage.
    Tsunami 24 USV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Tsunami 24 unmanned surface vessel (USV) and its associated components. The contract requires the USV to operate effectively in Sea State 3, with a range of 250 nautical miles, a cruise speed of 19 knots, and a payload capacity of 1,000 pounds, while being powered by a minimum of 300 horsepower and achieving a top speed exceeding 40 knots when unladen. This advanced maritime technology is crucial for enhancing operational effectiveness in various maritime environments, and the selected contractor will also provide integration, testing, evaluation, and training services at the NSWCDD facility. Interested parties should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details, with a desired delivery timeline of less than three months from contract award.
    Matlab 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of MATLAB software maintenance services for the 704th Test Group, covering the 746th and 846th Test Squadrons. The contract aims to secure maintenance for two master licenses, which includes the renewal of 37 individual licenses and the provision of six new licenses with associated toolboxes, essential for the squadrons' computational and simulation tasks critical to their testing missions. This opportunity is set aside for small businesses, with a total award amount of $47 million, and requires submissions by 10:00 a.m. (MST) on December 13, 2024. Interested vendors should contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil for further details.