Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2026 SAM #8875
SPECIAL NOTICE

L -- LS-DYNA Software Renewal

Notice Date
3/13/2026 9:18:21 AM
 
Notice Type
Special Notice
 
Contracting Office
DEPT OF THE ARMY
 
ZIP Code
00000
 
Response Due
3/18/2026 1:30:00 PM
 
Archive Date
04/02/2026
 
Point of Contact
Lyndon Jagroop, Kaylie Silva
 
E-Mail Address
lyndon.s.jagroop.civ@army.mil, kaylie.j.silva.civ@army.mil
(lyndon.s.jagroop.civ@army.mil, kaylie.j.silva.civ@army.mil)
 
Description
Notice Type Special Notice � Intent to Sole Source Agency Department of the Army Army Contracting Command � Aberdeen Proving Ground (ACC-APG) Natick Division Office Address 10 General Greene Ave Natick, MA 01760 United States Description The Government intends to award a sole source purchase order to ANSYS, Inc., 2600 ANSYS Drive, Canonsburg, PA 15317, for the renewal of the ANSYS LS-DYNA Site License (35 CPU Cores) and associated software maintenance and technical support. LS-DYNA is a finite element analysis (FEA) software platform used to perform physics-based simulations supporting the Aerial Delivery Directorate (ADD). The software enables engineers to conduct advanced modeling and simulation activities including Finite Element Analysis (FEA), Fluid-Structure Interaction (FSI), and Computational Fluid Dynamics (CFD). These simulations are used to evaluate system performance for aerial delivery applications, including parachute systems, aircraft components, vehicle airbag systems, and other extraction and deployment systems. The software allows engineers to analyze how systems respond to applied loads, acceleration forces, and dynamic environments and helps identify potential structural or system failure modes prior to physical testing. ANSYS, Inc. is the developer and sole licensing authority for LS-DYNA software and its associated maintenance services. As the proprietary owner of the LS-DYNA platform, ANSYS, Inc. is the only source reasonably available capable of providing the required software license renewal and maintenance support. The anticipated award will be conducted in accordance with FAR 13.106-1(b)(1), Soliciting from a Single Source, for purchases not exceeding the Simplified Acquisition Threshold. The anticipated period of performance is 01 April 2025 through 31 March 2026. Responses to this Notice This notice is not a request for competitive quotations. However, interested parties may submit capability statements demonstrating their ability to provide the required LS-DYNA licensing and maintenance services. Capability statements must clearly demonstrate the ability to provide authorized LS-DYNA software licensing and support. Responses must be submitted within five (5) days of the posting of this notice. Point of Contact Contracting/Grants/Agreements Officer Lyndon Jagroop Army Contracting Command � APG Natick Division Lyndon.s.jagroop.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ca69d031087e406e9fc74f17710cd323/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07744396-F 20260315/260313230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.