Skip to main content

An official website of the United States government

You have 2 new alerts

Tecplot Software License

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: May 28, 2024 02:12 pm PDT
  • Original Response Date: Jun 04, 2024 02:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Edwards , CA 93524
    USA

Description

This is a Synopsis of Contract Action (SOCA); this is not a solicitation for proposals and is not to be considered as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this SOCA or any follow-up information requests. The purpose of this SOCA is to notify industry of the US Air Force’s intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) Please do not request a copy of solicitation, as one does not exist.

Synopsis of Contract Action: The AFTC Contracting Directorate (AFTC/PZRB), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under Federal Acquisition Regulation (FAR) in effect through Federal Acquisition Circular (FAC) 2005-99 using Part 12 Acquisition of Commercial Items; FAR Part 13 Simplified Acquisition Procedures; and FAR Part 13.106(b) Soliciting from a Single Source to Tecplot, Inc., 3535 Factoria Blvd SE, Ste. 550, Bellevue, WA 98006. The applicable NAICS is 513210. Small business size standard is: $47M.

The following is a brief description of the acquisition requirements of Tecplot 360 Software:

  • Single user renewal for license L13001
  • Single seat network renewal for license L15464
  • Four seat network renewal for license L35960
  • The post-processing software must be able to process large quantities of data (>500 million cells) for generation of contour plots and animations. The interface must be intuitive, and the software must be able to import and export to a wide variety of formats compatible with both internal and commercial codes. The code must support the SZPLT file format.

There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. In addition, the response should include verification of the Offeror’s Representation and Certifications—Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12.

All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 2:00 p.m., Pacific Time, 4 June 2024. Responses should be submitted to: Contract Specialist Sean Moore (AFTC/PZRB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. The contractual point of contact is Sean Moore, (661) 277-8692, E-mail: sean.moore.24@us.af.mil or Tyler Pittmon, (661) 527-0247, Email: tyler.pittmon@us.af.mil.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History