STAR CCM SUBSCRIPTION RENEWAL
ID: N0017325F0006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 19, 2025, 6:00 AM UTC
Description

The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the renewal of the STAR CCM subscription to SIS Spatial Integrated Systems, Inc. This procurement is classified under NAICS code 541519 and involves services related to other computer-related services, which are critical for the laboratory's ongoing research and development efforts. The purchase will be executed using Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are encouraged to express their capabilities within one calendar day of this notice. For further inquiries, interested vendors may contact Natalie Waugh at natalie.f.waugh.civ@us.navy.mil, referencing Notice of Intent number N00173-25-F-0006.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of intent to award sole source
Buyer not available
Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
SOLE SOURCE MATLAB SOFTWARE
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Firm Fixed Price purchase order to The Mathworks, Inc. for MATLAB and Simulink software and related services on a Sole Source basis. This procurement includes the acquisition of 400 perpetual licenses, 100 standard annual licenses, and various specialized toolboxes essential for engineering and computational tasks, with a delivery period from July 1, 2025, to June 30, 2026. The use of MATLAB is critical for maintaining a consistent software environment that aligns with existing network systems, and transitioning to alternative solutions would incur significant costs and delays. Interested parties may submit proposals or capability statements for consideration, and inquiries should be directed to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. The procurement is unrestricted under NAICS code 513210, with a small business size standard of $47 million, and the solicitation will be valid for less than fifteen days.
Notice of Intent - Sole Source - NMCI Support (BRIDGE)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a Sole Source contract to the Advanced Alliant Solution Team (AAST) for continued operational support of NMCI deskside support and standardized hardware and software services. This procurement aims to bridge the gap in contract support for the Naval Air Systems Command (NAVAIR) Program Management Aviation (PMAs) and NAWCAD Groups until a competitive follow-on contract is awarded. The contract period is anticipated to run from May 1, 2025, to October 31, 2025, with the primary place of performance located at Patuxent River, Maryland. Interested parties may direct inquiries to Brandon Reaser at brandon.p.reaser.civ@us.navy.mil or Ashley Graves at ashley.d.graves4.civ@us.navy.mil, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
ANSYS Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure ANSYS software and associated support exclusively from Ansys, Inc. This sole-source acquisition is necessary due to the unique capabilities of ANSYS software, which is essential for conducting finite element analysis (FEA) in structural, thermal, and multiphysics simulations critical to the Department of Navy's design evaluations. The procurement will follow Simplified Acquisition Procedures, with a firm fixed-price purchase order expected to be awarded, and interested vendors are invited to submit capability statements by 12:00 PM on April 8, 2025. For inquiries, interested parties may contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
NOTICE OF INTENT TO SOLE SOURCE: ANSYS ZEMAX OPTIC STUDIO
Buyer not available
The National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with ANSYS Inc. for the procurement of Ansys Zemax OpticStudio Platinum and Premium software. This acquisition is essential for NIST's project aimed at characterizing extreme ultraviolet (EUV) scintillator materials, which are crucial for developing optical systems that convert EUV radiation into visible light for measurement purposes. The software is uniquely required due to its built-in fluorescence modeling capabilities, which are not available from any other vendor, making ANSYS the sole provider of this proprietary software. Interested parties may submit responses to the government contacts listed, but no solicitation package will be issued, and the contract will be a Firm Fixed Price purchase order under NAICS Code 513210, with a size standard of $47 million.
70--Westlaw on-line subscription
Buyer not available
Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
70--Splunk Enterprise renewal
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
NOTICE OF INTENT TO SOLE SOURCE TO JANES GROUP US LLC
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Jane’s Group US LLC for a specialized database subscription. This procurement aims to secure high-quality, validated, and unbiased open-source defense intelligence, which includes critical programs such as Defense Equipment and Technology, Defense Industry and Markets, Terrorism and Insurgency Centre, and Country Intelligence, all of which support various defense-related research and analysis efforts. The anticipated award date is on or before April 10, 2025, and interested parties must submit capability statements by 12:00 PM Pacific Standard Time on March 19, 2025, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).