Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2025 SAM #8567
SOURCES SOUGHT

70 -- Command PE Software

Notice Date
5/9/2025 7:46:44 AM
 
Notice Type
Sources Sought
 
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
 
Solicitation Number
F4FBQV5111A001
 
Response Due
5/15/2025 9:00:00 AM
 
Archive Date
05/30/2025
 
Point of Contact
Travis McCullough
 
E-Mail Address
travis.mccullough.1@us.af.mil
(travis.mccullough.1@us.af.mil)
 
Description
Command Professional Edition is Modeling and Simulation software (M&S) that allows researchers to conduct force-on-force simulations of friendly technology concepts against the adversary's capabilities. It provides a graphical interface that is easy to use and a large database of military systems that can be easily added to scenarios. The Command Professional Edition licenses are required for Mission Operations M&S Assessment critical to the ARFL/RQV mission. The requested software is required to perform multidisciplinary operations analysis to guide measures of performance for design and analysis; AFRL/RQV currently utilizes the Matrix Command PE software to perform operational effectiveness assessments on the operational benefits of RQV aerodynamic, structural, and integration technologies. AFRL/RQV intends to integrate Command PE into a conceptual design process so that engineers can quickly assess the impact of aerospace vehicle parameter changes on mission effectiveness. The Premium version offers the scripting and database interface features that are essential to incorporating Command PE into this process. This work supports several classified and unclassified efforts in the AFRL/RQV portfolio. 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: 1. Contractors must include the following information: a. Points of contact, addresses, email addresses, phone numbers. b. 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. c. 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. d. Company CAGE Code or UEI Number. 2. In your response, you must address how your product meets the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. 4. 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 15 May 2025, 12:00 PM EST. Any questions should be directed to Travis McCullough through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b408679f97ec43dd9fa0c567e234a12e/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07438462-F 20250511/250509230051 (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!  © 1994-2024, Loren Data Corp.