Intent to Award Sole Source- STAR CCM
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 (AFRL/RQTT) intends to issue a Firm-Fixed-Price Purchase Order on a sole-source basis to Siemens Government Technologies for STAR-CCM+ Power Session Plus software. This acquisition, justified under FAR 13.106-1(b)(1)(i), aims to provide GPGPU-enabled executables for advanced turbomachinery simulations. The period of performance will be 365 days ARO. While not a request for competitive quotations, interested parties may submit capability statements by April 21, 2026, 12:00 PM EST.
Purpose & Scope
The Air Force's Turbomachinery Branch (AFRL/RQTT) requires Siemens STAR-CCM+ Power Session Plus software to support an expanding number of simulations. This software provides GPGPU-enabled executables, significantly faster than CPU-based alternatives, ensuring AFRL/RQTT remains mission capable for high-priority, large-scale simulations. The software is critical for CFD analysis of engine and component test configurations for emerging aerospace systems, offering capabilities such as geometry manipulation, parallel polyhedral mesh generation, multi-physics problem setup, and massively parallel analysis. Specialized technical support for GPGPU execution and advanced turbomachinery meshing is also a key requirement.
Contract & Timeline
- Opportunity Type: Special Notice (Intent to Award Sole Source)
- Contract Type: Firm-Fixed-Price Purchase Order
- Intended Awardee: Siemens Government Technologies
- Period of Performance: 365 days ARO
- FSC: 7A21 (Business Application Off The Shelf Software)
- NAICS: 541519 (Other Computer Related Services)
- Size Standard: $34M
- Published Date: April 16, 2026
- Response Due: April 21, 2026, 12:00 PM EST
Set-Aside
This is an Intent to Award Sole Source; therefore, no set-aside designation applies. The Government will consider responses to determine if a competitive procurement or small business set-aside is feasible.
Submission Requirements
Interested parties may submit a capability statement, proposal, or quotation. Responses should be limited to 10 pages in a Microsoft Word compatible format and must be UNCLASSIFIED. Submissions must include:
- Points of contact, addresses, email addresses, and phone numbers.
- Identification of business size (large U.S., small U.S., or foreign) based on NAICS 541519.
- Identification of any other socioeconomic status (e.g., WOSB, EDWOSB, 8(a), SDVOSB, VOSB, HUBZone).
- Company CAGE Code or UEI Number.
- Demonstration of how the product meets the specified characteristics (see redacted J&A for details).
Evaluation
Responses will be considered solely to determine if a full and open competitive procurement or a small business set-aside competitive procurement is warranted. A determination not to compete is at the Government's discretion.
Additional Notes
Market research, including GSA Advantage! contracts, was conducted. Siemens Government Technology was identified as the only fully qualified supplier due to their tailored software maintenance support and specific technical capabilities. AFRL/RQTT will continue market research for future needs.
All responses and questions should be emailed to Anne Mitchell at anne.mitchell.1@us.af.mil.