Impetus Software
ID: W15QKN-24-R-0093Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Software Publishers (513210)

PSC

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

    The U.S. Army Contracting Command, on behalf of the U.S. Army Combat Capabilities Development Command, intends to award a firm Firm-Fixed Price contract to Certasim LLC for software, hardware, and licenses, including maintenance for Enterprise Impetus software. The sole source justification for this decision is attached to this pre-solicitation synopsis.

    The software in question is used for three-dimensional finite element analysis, aiding the U.S. Army Combat Capabilities Development Command in its modeling and simulation requirements. Certasim LLC's Impetus software has been singled out due to its ability to meet the Army's unique needs. The contract, if awarded, would have a one-year base period with the potential for four additional option years.

    This unclassified contract would require the contractor to perform at their own facility. The associated NAICS code is 513210, and the PSC code is DA10.

    Interested parties should direct any inquiries to the contract specialist, Kelly Lynch, and the contracting officer, Gloria Thoguluva, via email. The government contacts provided in the synopsis will provide further information on this opportunity.

    Please note that this pre-solicitation synopsis does not guarantee the issuance of a solicitation or a future contract. The information provided in this synopsis is subject to change and should not be construed as a commitment by the U.S. Government.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Impetus Software
    Currently viewing
    Presolicitation
    Similar Opportunities
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Intent to Award Sole Source ALTAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a Firm-Fixed-Price Purchase order to ALTAIR for software services, with an anticipated award date of October 22, 2024. This procurement is classified as a sole-source acquisition under FAR 13.106-1(b)(1)(i), indicating that ALTAIR is the only reasonably available source for the required services, which will be performed over a period of 365 days following the award. Interested vendors may submit capability statements or proposals within five days of the notice to potentially influence the decision on competition, although the government retains discretion on whether to pursue competitive procurement. Responses must be submitted in an unclassified format, limited to 10 pages, and directed to the designated contacts, JaQuan Dangerfield and Kerisha Wordlaw, by the deadline of October 22, 2024, at 12:00 PM EST.
    2024 Autodesk Yearly Maintenance Software Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking Autodesk Yearly Maintenance Software Support. This service is typically used for the annual renewal of Autodesk Software Maintenance to support previously purchased software licenses. The procurement will be awarded to DLT Solutions in Herndon, VA. The contract will be a Firm Fixed Price with a performance period of 12 months. Please note that this notice is not a request for quote and does not guarantee the release of future RFQs.
    RS Means Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is seeking vendors capable of supplying the RS Means Online Full Library Software for Facilities Construction costs. This procurement aims to gather market research through a Sources Sought notice to identify qualified organizations, as no solicitation currently exists. The RS Means software is critical for accurately estimating construction costs and managing facilities projects, thereby enhancing operational efficiency. Interested parties must submit their capabilities, including business details and past performance, by October 22, 2024, and should direct inquiries to Bryan D. Crist at bryan.d.crist.civ@army.mil or by phone at 520-693-9839. Contractors must also be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to qualify for government contracts.
    7A21 - THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO MATHWORKS AND IS NOT A REQUEST FOR COMPETITIVE QUOTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks Inc. for the procurement of MATLAB and Simulink software licenses. The requirement encompasses the MATLAB product family, which includes tools for math, statistics, optimization, code generation, and database access, as well as the Simulink product for event-based modeling and simulation. This software is critical for nearly the entire Naval Postgraduate School campus, facilitating iterative analysis and design processes essential for various engineering applications. Interested parties must submit capability statements by 3:10 PM Pacific Standard Time on October 24, 2024, via email to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as this notice is not a request for competitive proposals.
    Posting Justification and Approval
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source firm-fixed price contract for the procurement of five Mobile Tactical Command Shelters (MTCS) from L3Harris Technologies Inc. This acquisition is critical for enhancing the military command and communication capabilities of Albania, ensuring compatibility with existing L3Harris equipment and avoiding significant operational risks and financial losses estimated at $3.1 million. The contract is justified under the Foreign Military Sales (FMS) Case DT-B-WAQ, citing L3Harris as the only responsible source capable of meeting the specific integration requirements due to proprietary specifications. Interested parties may express their interest and capability to respond to this requirement by August 7, 2024, with delivery expected no later than September 2024. For inquiries, contact Rem D. Ngo at Rem.D.Ngo.civ@army.mil or Aqua M. Jefferson at aqua.m.jefferson.civ@army.mil.
    THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE TO MATHWORKS, INC.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks, Inc. for the procurement of licenses for the MATLAB and Simulink product families. This software is critical for mathematical computation, simulation, and report generation, and is extensively utilized across the Naval Postgraduate School (NPS) campus for various engineering and design processes. Interested vendors must submit a capability statement by 3:10 PM Pacific Standard Time on October 24, 2024, demonstrating their ability to provide the required licenses and proof of authorization as distributors of the product, with the anticipated award date set for on or before December 1, 2024. For further inquiries, vendors may contact Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a contract that spans a base year of 10.5 months with four additional 12-month option years. The objective of this procurement is to secure subscriptions and licenses that will enhance quality management within USACE, streamline administrative processes, and facilitate risk management by centralizing key functions and providing visibility into activities. The software must support 151 dedicated users and 80 concurrent users, include customizable workflow capabilities, and provide comprehensive technical and consulting support, including adherence to various ISO standards. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    DEVCOM ARMY RESEARCH LABORATORY BROAD AGENCY ANNOUNCEMENT FOR FOUNDATIONAL RESEARCH
    Active
    Dept Of Defense
    Sources Sought for Supply Chain and Industrial Analysis The Department of Defense, specifically the Department of the Army, is seeking sources capable of performing as a prime contractor for a non-personal services requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses in conducting a search to find an individual qualified to support the U.S Army Futures Command (AFC) in their Army Modernization efforts. The requirement aims to identify a company that will conduct a supply chain and industrial risk analysis to catalogue non-traditional contractors and maintain situational awareness of overall risk to AFC. The contractor will be responsible for executing each task and will not be supervised or controlled by the Government. Specific objectives for this requirement include cataloguing all non-traditional contractors, conducting analysis on companies or sectors of interest, identifying contracting risk, assessing technical risk, analyzing domestic end products, and developing a risk-focused common operating picture. Small business contractors who are qualified and have experience in risk analysis related to non-traditional contractor business elements are encouraged to respond to this sources sought notice. The government will use the responses to develop a potential Request for Proposal (RFP) and determine whether a small business set-aside is possible for this procurement. This is not a solicitation for proposals, but rather a market research tool for informational and planning purposes. Interested parties should submit their capability statement and responses to the provided questions by 12 PM, noon Central Standard time on 15 March 2023.
    Synopsis for the Cylinder Assembly, Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for a five-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the inspection and overhaul of the Cylinder Assembly, Actuator. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to fulfill this requirement, which includes an estimated quantity range of 5 to 53 units, with a maximum of 8 units allocated for Foreign Military Sales (FMS). This procurement is critical for maintaining aircraft hydraulic systems, and the overhaul must adhere to government specifications as outlined in the Depot Maintenance Requirement (DMWR) document. Interested parties should note that the requirement is currently unfunded, and the award will be contingent upon the availability of funds. Proposals must be submitted to the primary contact, Johnnie L. Wright, at johnnie.l.wright6.civ@army.mil, with a closing date that may be adjusted based on the solicitation release.