SPECIAL NOTICE
70 -- Altair Software Renewal
- Notice Date
- 4/21/2025 12:39:06 PM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- DEPT OF THE AIR FORCE
- ZIP Code
- 00000
- Response Due
- 4/28/2025 9:00:00 AM
- Archive Date
- 05/13/2025
- Point of Contact
- Travis McCullough
- E-Mail Address
-
travis.mccullough.1@us.af.mil
(travis.mccullough.1@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Altair Engineering, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 30 APR 2024. The period of performance (PoP) shall be 9/1/2025 � 8/31/2026. FSC: 7A21 NAICS: 541519 Size Standard: 34M Subscription name: Altair Enterprise Suite Supplier name: Altair Engineering, Inc. Product description and characteristics: Altair Enterprise Licenses provide structural analysis and optimization capabilities. Altair provides simulation, analysis, and optimization initiatives for structural improvement. The Finite Element Analysis package offers robust structural analysis capabilities and the unique ability to incorporate user-defined functions, enabling specialized analyses that are central to RQVS and RQVC mission requirements. 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 the 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 the 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 UEI 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 Travis McCullough at travis.mccullough.1@us.af.mil no later than 28 April 2025, 12:00 PM EST. Any questions should be directed to Travis McCullough through email. SEE ATTACHMENTS for IASS and redacted J&A.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3bd1f189bc4b450d953918b9d894729c/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07415206-F 20250423/250421230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |