Siemens Simcenter STARCCM+ Licenses
ID: 80NSSC25897356QType: Combined Synopsis/Solicitation
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 - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of Siemens Simcenter STAR-CCM+ licenses to enhance its computational analysis capabilities related to Molten Regolith Electrolysis (MRE) and other reactor designs. The procurement includes a primary Power Session, an additional seat, and CAD Exchange software, all under a 24-month subscription model to support concurrent use by multiple users, with provisions for cloud storage. This acquisition is critical for advancing NASA's operational capabilities in advanced reactor simulations, and interested small businesses must submit their quotes by March 17, 2025, while ensuring compliance with federal regulations. For inquiries, potential offerors can contact Kacey Hickman at kacey.l.hickman@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The NASA Kennedy Space Center (KSC) is seeking proposals for the acquisition of Siemens Simcenter STAR-CCM+ licenses to facilitate computational analyses related to Molten Regolith Electrolysis (MRE) and other reactor designs. The request outlines the specific types and quantities of licenses required, which include a primary Power Session, an additional seat, and CAD Exchange software, all under a 24-month subscription model. The licenses will support concurrent use by several users, with provisions for cloud storage. The expected performance period for these licenses is two years from the date of the award, and inquiries should be directed to Malay Shah at KSC. Overall, this acquisition aims to enhance NASA’s operational capabilities in advanced reactor simulations.
    This document outlines various justification categories for federal procurement actions, particularly regarding the solicitation of goods and services. It describes regulations under the Federal Acquisition Regulation (FAR) that permit the government to solicit from a single source in specific circumstances, including urgent needs, unique or specialized services, or brand name requirements. The document stipulates criteria under which a sole-source acquisition may occur, such as the necessity for quality standards, timing constraints, or existing contractual obligations. Different types of justifications are detailed, including Brand Name Justifications and Limited Source Justifications for purchases over and under certain monetary thresholds. The recommendation presented asserts that the contract action is justified based on specified conditions, leading to the determination that only one source is reasonably available. This procedural guideline serves to facilitate efficient procurement while ensuring adherence to federal regulations.
    The document outlines a Request for Quotation (RFQ) issued by NASA for Siemens Simcenter STAR-CCM+ Licenses, with a quote submission deadline of March 17, 2025. Key sections include the Statement of Work, Instructions to Offerors, and provisions regarding representations and certifications. This RFQ is designated for small businesses and requires registration at SAM.gov. Important compliance considerations include clauses related to telecommunications, biobased product certification, and specific representations regarding certain operations and materials, especially concerning the use of covered telecommunications equipment and practices regarding child labor. The document stresses the importance of thorough representation completion, as failure to do so can result in disqualification from contract award. It is structured to facilitate a clear understanding of contractual obligations while prioritizing compliance with federal regulations, especially concerning safety, ethics, and procurement integrity. This RFQ exemplifies government procurement processes, emphasizing the requirement for detailed compliance among small business contractors in the aerospace sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    DEFORM Premier Annual Lease Renewal with MPI (4-CPU) on hdlk #4346
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to renew its annual lease for DEFORM Premier software, which is critical for flow forming finite element modeling at the Langley Research Center in Hampton, Virginia. This procurement involves a 4-CPU setup under system hdlk 4346 and is intended to support ongoing research and development efforts in aeronautics and space exploration. The lease period is set for one year, from May 30, 2025, to May 29, 2026, and organizations interested in competing for this contract must submit their qualifications by 4:00 p.m. CST on March 12, 2025. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Numerical Propulsion System Simulation® (NPSS®) Consortium
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking ongoing maintenance and upgrades for the Numerical Propulsion System Simulation® (NPSS®) software, which is crucial for analyzing thermodynamic systems in advanced propulsion and power applications. The procurement aims to ensure the software's continued capability and is aligned with a 2010 Software Use and Distribution Agreement with the Ohio Aerospace Institute, offering services at a pricing structure available to the lowest-tier NPSS consortium members. This initiative emphasizes collaboration within NASA's software development framework and reflects the agency's commitment to advancing technology in propulsion systems. Interested organizations with the capability to perform the required work must submit their qualifications in writing by 4:00 p.m. Central Standard Time on March 12, 2025, to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Qumulo General Purpose Tier 1TB Support Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide renewal support for Qumulo General Purpose Tier 1TB software and Mission Q Services, essential for maintaining data management capabilities at the Langley Research Center in Hampton, Virginia. This procurement includes two software subscriptions, each with a capacity of 672 TB, covering the performance period from February 7, 2025, to February 6, 2026, along with an additional subscription for a total capacity of 1344 TB from September 4, 2025, to February 6, 2026. The renewal is critical for ensuring compliance with NASA's cybersecurity policies and maintaining operational consistency, as the software is uniquely compatible with existing hardware. Interested offerors must submit their quotes by March 12, 2025, and can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov for further information.
    Plug25 Mixer Hardware
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of Plug25 Mixer Hardware, as outlined in RFQ number 80NSSC25897311Q. This opportunity is specifically set aside for small businesses and includes strict compliance requirements with federal regulations, including adherence to the Buy American Act and various certifications related to environmental and operational policies. The Plug25 Mixer Hardware is essential for NASA's operations, ensuring the availability of high-quality telecommunications equipment. Interested offerors must submit their quotes by March 12, 2025, and ensure their submissions are valid for 30 days; they are also required to register at SAM.gov and comply with specific telecommunications provisions. For further inquiries, interested parties can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov.
    TEES will model, predict, and report on behavior of the two-phase thermosyphon driven actuating radiator being developed for the PaCeSS EIF project. An actuator will be provided for the purpose of developing a mechanical and fluid interface to the PaCeSS t
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure research and development services from the Texas A&M Engineering Experiment Station (TEES) for the modeling and prediction of a two-phase thermosyphon driven actuating radiator, which is critical for the Passive fuel-Cell Surface-power System (PaCeSS) project. The contractor will be responsible for delivering a torque tube actuator to facilitate the development of a mechanical and fluid interface, with integrated benchtop testing scheduled at NASA's Johnson Space Center (JSC) by September 2025. This procurement is essential for advancing innovative engineering solutions in space power systems and is being conducted as a sole source requirement due to the unique capabilities of TEES, which holds a patented technology relevant to the project. Interested parties must submit their qualifications by 7 a.m. Central Standard Time on March 13, 2025, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.
    Haas Desktop CNC Mill and Control System
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the acquisition of a Haas Desktop CNC Mill and Control System, as part of a presolicitation notice aimed at enhancing its manufacturing capabilities. The procurement is set aside for small businesses under the SBA guidelines, focusing on analytical laboratory instrument manufacturing, specifically within the laboratory equipment and supplies sector. This equipment will play a crucial role in supporting NASA's research and development efforts, particularly in the context of spaceflight missions. Interested vendors should contact Dorothy Baskin at dorothy.s.baskin@nasa.gov for further details, with the project completion period anticipated to extend until November 1, 2024.
    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.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at delivering specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ), will support various NASA programs, including the International Space Station, Orion, Gateway, and Artemis, over a five-year period. This procurement is critical for maintaining NASA's operational capabilities and advancing technological innovations in space exploration. Proposals are due by March 13, 2025, with inquiries directed to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals from small businesses for the 5X Mission Assurance Support Services Recompete, aimed at providing engineering services related to reliability, quality assurance, and environmental compatibility for various JPL projects. The procurement emphasizes the need for qualified personnel in areas such as reliability engineering, system safety engineering, and quality assurance, with a focus on ensuring compliance with federal, state, and local regulations. This contract, which will be awarded for a four-year term with options for three additional years, is crucial for maintaining the integrity and success of NASA's mission-related activities. Interested parties must submit their proposals by March 28, 2025, at 3:00 PM local time, and can direct inquiries to Tiffany Smith at tiffany.m.smith@jpl.nasa.gov or by phone at 818-354-1623.