Inactive
Notice ID:FA8650-21-F-4396
NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price delivery order to a single source, ANSYS Inc., under the authority of FAR 13.106-...
NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price delivery order to a single source, ANSYS Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 25 May 2020. The period of performance (PoP) shall be from 1 June 2021 - 31 May 2022. FSC: 7B20 NAICS: 511210 Size Standard: $41.5 M Software Name: ANSYS-EnSight Supplier name: ANSYS Inc. Product description: ANSYS EnSight software is the industry standard for simulating 3-D full-wave electromagnetic fields. Its accuracy, advanced solver and high-performance computing technology have made it a valuable tool for our engineers doing accurate and rapid design of high-frequency and high-speed electronic components. Product characteristics an equal item must meet to be considered: It has been determined that Ansys Inc. is the single source provider of ANYSYS-EnSight Software License and there are no authorized resellers. 1. The ability to read in both CFD and FEA solutions. 2. Built in hundreds of common and not so common aero/thermodynamic variables along with the capability to create user defined variables. 3. Interactive streamline traces allow the user to drag rake to new position and have streamlines update in real time. 4. Built in capability to produce high quality animations of transient data as well as flipbook and keyframe animation. 5. Built in animation editor to modify animation movies or combine movies of different formats into one and output as one in most common formats. 6. Built in animation capability to output Enlighten files allowing user to collaborate with non-EnSight users to rotate, zoom, turn on features, modify scale and output for use in PowerPoint without the need for other users to have EnSight licenses. 7. Ability to create volume clips to perform analysis on selected regions of the volume. 8. Compute forces and moments on arbitrarily subset of the domain. 9. Create arbitrary and interactive cutting planes for visualization. 10. The ability to time average transient variables from multiple solutions or difference variables between multiple solutions. 11. Animated 2D plotting of variables to coincide with action displayed in animated images. 12. Create and display offset surface to display flow quantities a specified distance normal to the body on unstructured grid. 13. Ability to read in up to 16 different solution files for comparison. 14. Parallel processing and remote processing with client/server. 15. Compute vortex cores, shock regions/surfaces, separation/reattachment lines, oil flow visualization. 16. Camera flyby such as tracing along streamline or user created spline. 17. Text editable command scripting or python scripting to reproduce similar visualization on different datasets. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information: 1. Contractors must include the following information: a. Points of contact, addresses, email addresses, phone numbers. b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. c. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. d. Company CAGE Code or DUNS Number. 2. In your response, you must address how your product meets the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to James Batchelor james.batchelor.2@us.af.mil and Stephen Wenclewicz at stephen.wenclewica@us.af.mil no later than 18 May 2020, 1PM EST. Any questions should be directed to James Batchelor through email.