Intent to award sole source - IASS - ZONA 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 Department of the Air Force, Air Force Research Laboratory has issued a Special Notice indicating its intent to award a sole-source, Firm-Fixed-Price contract to Synopses for the Simcenter Zona ZAERO product software license maintenance renewal. This procurement is for use at Wright-Patterson AFB, OH. While this is an intent to award sole source, other responsible sources may submit capability statements. Responses are due by April 27, 2026, 0900 PM EST.
Scope of Work
The requirement is for a 12-month subscription-based license renewal for the Simcenter Zona ZAERO product and its various modules. Key software modules include:
- ZAERO III / Linear unsteady aerodynamics (2 licenses)
- Trim Option / Static aeroelastic analysis (2 licenses)
- ASE Option / Stability analysis (1 license)
- Dynamic Loads Option / Transient maneuver and ejection loads analysis (1 license)
- FLTPRAM Option / Parametric flutter analysis (1 license)
- Gust Option / Discrete and continuous gust analysis (1 license)
- Non-Linear Flutter Option / Transient response analysis (1 license)
- ZTRAN Option / Transonic unsteady aerodynamics (1 license) All licenses are floating, with annual invoicing in advance, for use at Wright-Patterson AFB, OH.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 12 months from receipt of award
- Estimated Award Date: On or about May 10, 2026
- Response Due: April 27, 2026, 0900 PM EST
- Published: April 21, 2026
- PSC: 7A21 (Business Application Off The Shelf Software)
- NAICS: 513210 (Software Publishers) with a size standard of $47M
Submission & Evaluation
This notice is not a request for competitive quotations. However, responsible sources who believe they can meet the requirement may submit a capability statement, proposal, or quotation. The Government will use this information to determine if a full and open competitive procurement or a small business set-aside procurement is feasible. Responses are limited to 10 pages in Microsoft Word format.
Eligibility / Set-Aside
There is no set-aside currently designated. However, if the effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Small businesses should demonstrate compliance in their responses.
Additional Notes
Contractors must include points of contact, business identification (large/small/foreign, socioeconomic status), and CAGE Code or DUNS Number. All responses and questions should be directed via email to Stephen J. Wenclewicz at stephen.wenclewicz.1@us.af.mil.