COMSOL SWM
ID: N0017825Q6789Type: 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)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the acquisition of COMSOL Software Maintenance, specifically for COMSOL Multiphysics and its associated modules. The procurement includes three perpetual licenses for individual CPUs and floating network licenses for concurrent users, essential for modeling and simulation of high-power microwave components, which are critical for reducing technical risks in system design. This initiative underscores the importance of advanced software tools in enhancing research and operational capabilities within government frameworks. Interested vendors must submit their proposals by June 6, 2025, with an anticipated award date of July 16, 2025; inquiries can be directed to James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a detailed list of software license requirements for COMSOL Multiphysics and its associated modules. It specifies the acquisition of three (3) perpetual licenses for several modules tailored for individual CPUs, including the AC/DC Module, Design Module, Heat Transfer Module, Material Library, and RF Module. Additionally, the document enumerates floating network licenses (FNL) for concurrent users, with subscriptions extending until March 31, 2026, for various modules linked to two separate License Numbers (1070697 and 1037409). Each module listed supports advanced functionalities for simulations and modeling within the COMSOL environment, indicating a keen emphasis on enhancing technical capabilities through these software tools. This initiative is part of a larger procurement effort likely aimed at improving research or operational processes within a government or academic framework, aligning with typical federal and state RFP practices focusing on technological enhancement and resource allocation.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract regarding commercial products and services, specifically for the acquisition of COMSOL Multiphysics software licenses by NSWC Dahlgren. Key details include the requisition number, award date, and submission requirements for potential contractors. The document specifies various software licenses required—single-user and floating network licenses for modules associated with COMSOL, along with specific terms for delivery, warranty, and invoicing. Contractors are instructed to submit their bids by a stipulated deadline while adhering to Federal Acquisition Regulations (FAR) as well as Department of Defense Acquisition Regulation Supplement (DFARS) guidelines regarding commercial supplier agreements and software licensing. The solicitation emphasizes compliance with clauses concerning data rights, inspections, and payment procedures through the Wide Area Workflow (WAWF) system, along with various necessary certifications and representations tied to federal contracting protocols. Overall, the solicitation aims to ensure companies, particularly those that are women-owned, have the opportunity to participate in government procurement, promoting diversity in contracting while ensuring compliance with applicable regulations and standards.
    Lifecycle
    Title
    Type
    COMSOL SWM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Brand Name - Mathworks LicenseRenewals
    Dept Of Defense
    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.
    COMPUTER SUBASSEMBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of COMPUTER SUBASSEMBL units. The procurement aims to ensure the operational readiness of critical communication equipment by requiring contractors to provide comprehensive repair services, including addressing any damages or missing components, with a Repair Turnaround Time (RTAT) of 410 days. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their proposals via NECO or email by December 17, 2025, and can reach out to BUC Owen McNamara at 215-697-3473 or via email at owen.m.mcnamara2.civ@us.navy.mil for further details.