Intent to Award Sole Source MATLAB
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.
NOTICE OF INTENT TO AWARD SOLE SOURCE
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source, The MathWorks, Inc. The period of performance (PoP) shall be from 01 January 2026 through 31 January 2027 with two option years.
PSC: 7A21
NAICS: 513210
Size Standard: $47M
Software name: Enterprise MATLAB Software License
Supplier name: The MathWorks, Inc.
Product description:
The Air Force Research Laboratory Aerospace Systems Directorate (AFRL/RQ) requires an Enterprise License Agreement (ELA) allowing all RQ users across three sites (Wright-Patterson AFB, Edwards AFB, and Arnold AFB) access to MATLAB and Simulink as well as all MATLAB toolboxes across the Non-classified Internet Protocol Router (NIPR), Defense Research Engineering Network (DREN), Standalone networks (Enclaves), and Standalone computers in classified and unclassified areas.
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 15 days of 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:
- Contractors must include the following information:
-
- Points of contact, addresses, email addresses, phone numbers.
-
- Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above.
-
- 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.
-
- Company CAGE Code or DUNS Number.
- In your response, you must address how your product meets the product characteristics specified above.
- Submitted information shall be UNCLASSIFIED.
- Responses are limited to 10 pages in a Microsoft Word compatible format.
Responses should be emailed to Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil by Tuesday, 30 December 2025, 12:00 PM EST. Any questions should be directed to Ja’Quan Dangerfield through email.