SPECIAL NOTICE
99 -- IASS Heldenmesh
- Notice Date
- 5/1/2025 6:52:37 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 5/6/2025 9:00:00 PM
- Archive Date
- 05/22/2025
- Point of Contact
- Ja'Quan Dangerfield
- E-Mail Address
-
jaquan.dangerfield@us.af.mil
(jaquan.dangerfield@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 order to a single source Synopsis, on or about 07 May 2025 The period of performance (PoP) shall be 12 months from receipt of award. PSC: 7A21 NAICS: 541519 Size Standard: $34M Software name: Heldenmesh Supplier name: Helden Aerospace Product description: Air Force Research Laboratory Aerospace Systems Directorate Aerospace Technology Branch (AFRL/RQVA) has a requirement to purchase licenses for access to Heldenmesh software. CSRD Title HeldenMesh Period of Performance Case ID AFRL/RQ 25-CSRD-EAST-731 Start Date: 7/6/2025 Date Created End Date: 7/5/2026 Quantity Item Description Part Number 1 Heldenmesh product family consisting of auto-patching (HeldenPatch), unstructured mesh generation (HeldenMesh), and graphical user interface (HeldenTool) software programs along with documentation and software support. This license permits the utilization of the HeldenMesh product family by multiple simultaneous users on AFRL servers for a period of 12 months. Multi-Seat Network Annual License 1 The annual license fee includes software support and maintenance. Support includes training materials (electronic user�s manual and tutorials) in addition to email, and telephone consultations regarding the use of the software. Maintenance includes new software releases and updates that occur during the license period. All Licenses Maintenance & Support 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 6 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 Ja�Quan Dangerfield at jaquan.dangerfield@us.af.mil no later than, 07 May 2025 1200 PM EST. Any questions should be directed to Ja�Quan Dangerfield through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72287d901e024d68b6c4c5c7ec099483/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07427717-F 20250503/250501230045 (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 |