Esteco Software
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Air Force intends to issue a Firm-Fixed-Price Purchase Order to Esteco North America, Inc. for Esteco Software and Volta Tokens under a sole-source justification. This notice also serves as a Sources Sought, inviting other responsible sources to submit capability statements for consideration. Responses are due February 4, 2026, by 12:00 PM EST.
Scope of Work
This requirement is for a subscription to Esteco and Volta Tokens software, specifically modeFRONTIER and VOLTA. These tools are essential for the Air Force Research Laboratory (AFRL)/RQ's Airframe-Propulsion-PTMS-Integration (APPI) portfolio, enabling multidisciplinary-design analysis and optimization (MDAO) of airframe, propulsion, power, and thermal management systems. The software provides MDAO capabilities across various operating systems and supports distributed computing utilizing High-Performance Computing (HPC) resources.
Contract & Timeline
- Type: Intent to Award Sole Source (Firm-Fixed-Price Purchase Order)
- Duration: 365 days ARO (anticipated PoP)
- Set-Aside: None specified. The Government will consider responses to determine if a full and open competitive procurement or a small business set-aside is warranted. If set-aside, FAR 52.219-14 will apply.
- Response Due: February 4, 2026, 12:00 PM EST
- Published: January 28, 2026
Submission Requirements
Interested parties may submit a capability statement, proposal, or quotation via email to Travis McCullough (travis.mccullough.1@us.af.mil). Responses must be UNCLASSIFIED, limited to 10 pages (Microsoft Word compatible), and include:
- Points of contact, addresses, email, and phone numbers.
- Identification of business size (large U.S., small U.S., foreign) based on NAICS 541519 (Size Standard: $34M).
- Identification of any socioeconomic status (e.g., WOSB, 8(a), SDVOSB, VOSB, HUBZone).
- Company CAGE Code or UEI Number.
- A demonstration of how the product meets the specified characteristics (referencing the redacted J&A).
Additional Notes
This is not a request for competitive quotations. Information received will be used solely to determine if competition is feasible. The Government will not pay for information submitted. A determination not to compete is at the Government's discretion. Questions should be directed to Travis McCullough via email.