Acquiring and maintaining Feflo software for performing various numerical simulations
ID: N00173-25-Q-1301184508Type: Special Notice
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order for the acquisition and maintenance of Feflo software, which is essential for performing various numerical simulations. The procurement is directed towards the Center for Computational Fluid Dynamics, as they are the only responsible source capable of fulfilling the agency's requirements. This software is critical for advanced computational fluid dynamics applications, supporting the NRL's research and development efforts. Interested parties may express their capabilities by referencing Notice of Intent number N00173-25-Q-1301184508, with responses due by October 19, 2024, at 1100 hours. For further inquiries, contact James Buie at james.buie@nrl.navy.mil or call 202-923-1553.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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.
    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.
    Effusion Cell for MBE 21T
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source purchase order to RIBER, INC for an Effusion Cell for MBE 21T. This procurement is for a semiconductor device and associated hardware used by the Naval Research Laboratory (NRL). The Effusion Cell is a critical component for Molecular Beam Epitaxy (MBE) systems, which are used in the fabrication of semiconductor materials and devices. The Effusion Cell is responsible for the controlled evaporation of source materials during the MBE process. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is James Chappell, email: james.chappell@nrl.navy.mil. Please reference the Notice of Intent number, N00173-24-Q-1301103552, in any correspondence.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    Custom Tower Workstation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for a Custom Tower Workstation to Freedom USA Inc. This workstation will feature an Intel Xeon w9-3495X CPU, 1TB of memory, and dual PNY RTX 6000 Ada GPUs, along with custom thermal management hardware and a proprietary 3D bracket designed to optimize airflow for high-performance computing. The procurement is critical for addressing thermal challenges associated with dual GPGPU computing hardware, ensuring efficient operation for advanced computational tasks. Interested parties may contact Teigh Cheyney at tahesha.cheyney@nrl.navy.mil or call 202-875-0000 for further information, referencing Notice of Intent number N0017325Q0403-1301190027.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.
    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.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.