Inactive
Notice ID:FA8650-21-P-4370
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, ImmixTechnology, under the authority of FAR 13.106-1(b)(1)(i) (only one source reaso...
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, ImmixTechnology, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 18 May 2021. The period of perfromance is 01 June 21 to 31 May 22. FSC: 7B20 NAICS: 541519 Size Standard: 150 employees Subscription name: Patran Software Supplier name: Immix Technology Product description: This acquisition renews an existing software contract for Patran which works in conjunction with a host of other existing software suites for pre- and post-processing of Finitie Element Analysis (FEA). Product characteristics an equal item must meet to be considered: It has been determined that ImmixTechnology is the single source provider of Patran Software and there are no authorized resellers. Providing solid modeling, meshing, analysis setup and post-processing for multiple solvers including MSC Nastran, Marc, Abaqus, LS-DYNA, ANSYS, and Pam-Crash. Patran provides a rich set of tools that streamline the creation of analysis ready models for linear, nonlinear, explicit dynamics, thermal, and other finite element solutions. Patran is a copyrighted, proprietary software application, licensed by MSC Software. 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: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. 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. 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. Company CAGE Code or DUNS Number. In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Curtis Liska curtis.liska@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 17May21, 5:00 PM EST. Any questions should be directed to Curtis Liska through email.