NOTICE OF INTENT TO SOLE SOURCE – Renewal of one (1) RecurDyn software licenses with software maintenance.
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 Army, ACC-APG Adelphi, has issued a Notice of Intent to Sole Source for the renewal of one (1) RecurDyn software license with annual maintenance. The Government intends to award a Firm Fixed-Price contract to Enginsoft LLC (Small Business). While this is a sole source intent, the Government will consider all proposals received by the closing date. Proposals are due February 6, 2026.
Opportunity Details
This is a combined synopsis/solicitation (RFQ W911QX26QA026) for commercial items. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source, Enginsoft LLC, under the authority of FAR 13.106-1(b)(1)(i). Despite the sole source intent, any interested parties may submit a proposal for consideration.
Scope of Work
The requirement is for one (1) RecurDyn Annual Maintenance Year for the period of February 1, 2026, to January 31, 2027. This includes Annual Maintenance, Enhancements & Support (ME&S) for RecurDyn software. The specific modules/toolkits required are RecurDyn/Professional, /CoLink, /AutoDesign (Design Study), /STEP, /CATIA Read, /PROE Read, /NX Read, /Gear, /Track_HM, /Tire, /eTemplate, and CRIX. Delivery is required electronically within seven (7) business days after order acceptance to Aberdeen Proving Ground (APG), MD 21005.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- NAICS Code: 513210 (Small Business Size Standard: $47,000,000.00)
- Place of Performance: U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005
- Period of Performance: Twelve (12) months, specifically February 1, 2026, to January 31, 2027.
- Response Due: February 6, 2026, by 4:59 PM EST.
- Published Date: January 30, 2026.
Submission & Evaluation
This is a Notice of Intent to Sole Source, therefore, evaluation criteria are listed as N/A. However, the Government will consider all proposals received. Offerors must provide their business size in relation to the NAICS code and identify any socioeconomic categories. A completed FAR 52.212-3 (with Alternate I) must be included. Payment processing will be via Wide Area WorkFlow (WAWF).
Key Requirements & Instructions
- Delivery: Electronic to the Technical Point of Contact (TPOC), who is To Be Announced (TBA).
- Inspection and Acceptance: Performed at Aberdeen Proving Ground (APG).
- Receiving Room (APG): Truck shipments accepted Monday-Friday, 8:00 AM - 3:30 PM at Logistics Warehouse, Building 321, 6375 Johnson Road, APG, MD 21005. Contact Bldg. 321 at 410-278-4406 to schedule deliveries.
- Subscription Renewals: Contractors shall not continue services past the period of performance without explicit authorization.
- Exceptions: Any exceptions or conditions to the solicitation must be clearly stated in a cover letter.
- Foreign Nationals: Offerors employing foreign nationals must submit documentary evidence of employment eligibility.
- Telecommunications: Provisions 52.204-24, 52.204-25, and 52.204-26 regarding covered telecommunications and video surveillance equipment apply.
Contact Information
- Contract Specialist: Nicole G. Hernandez (nicole.g.hernandez2.civ@army.mil, 520-945-7455)
- Contracting Officer: Orlando Hernandez (orlando.r.hernandez.civ@army.mil, 575-678-8045)