SOLICITATION NOTICE
70 -- Naval Hydro Pack Software
- Notice Date
- 9/9/2020 12:38:42 PM
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ20N8946
- Response Due
- 9/14/2020 10:00:00 AM
- Archive Date
- 09/29/2020
- Point of Contact
- Ashley Jenkins, Phone: 217-373-7297
- E-Mail Address
-
Ashley.M.Jenkins@usace.army.mil
(Ashley.M.Jenkins@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal & Hydraulics Laboratory (CHL) intends to award a contract on a sole source basis to� WIKKI LIMITED upon the basis of the authority provided at FAR 13.106-1(b). The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal & Hydraulics Laboratory (CHL) has a requirement to procure the Naval Hydro Pack Software and training of said software. The Government has identified WIKKI LIMITED as the only vendor capable of fulfilling the Government�s requirement, in accordance with FAR 13.106-1(b)(1).� Specifically, WIKKI is the only source known to provide a software capable of conducting Computational Fluid Dynamics (CFD) simulations of hydraulic, inland, and coastal structures in a steady state nearly 92% faster than the use of a supercomputer. Additionally, the software required must have top-level solvers that implement the finite volume discretization, while resolving the pressure-velocity coupling using the dynamic pressure pd as the working variable and appropriate buoyancy-invariant boundary conditions. The specific features of top-level solvers that are required include: time-accurate PIMPLE time-advancement algorithm with under-relaxation, which is robust on very high flow and free surface Courant numbers (large time-steps), and specialized steady-state solver for steady resistance in calm water. The software currently required must include three (3) variants of interface capturing schemes: volume-of-fluid, level set, and geometric volume-of-fluid. The associated North American Industry Classification System (NAICS) code is 511210 � Software Publishers was determined to best represent this requirement. The small business size standard is $41,500,000.00. This Notice of Intent is not a request for competitive quotations. �However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CST, 14 September 2020 to Ashley Jenkins at e-mail: Ashley.M.Jenkins@usace.army.mil. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6ea7f6ff2b474c0b9a950f05f60c89b1/view)
- Record
- SN05792039-F 20200911/200909230149 (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 |