Siemens Software Licenses
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 Naval Air Warfare Center, Weapons Division, China Lake, CA, intends to procure Siemens software licenses and technical services through a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This is a sole-source acquisition under FAR 6.302-1, with Siemens Industry Software Inc. as the intended contractor. Firms believing they can fulfill the requirement may submit a written response by February 21, 2026.
Scope of Work
The requirement includes both the renewal of existing software licenses and the purchase of new licenses to accommodate growth. The specific software products include:
- STAR-CCM+ Power Session, STAR-CCM+ Add 1, STAR-CCM+ /CAD Exchange
- HEEDS Bundle – Standard Network Config
- Simcenter Amesim Advanced, Simcenter Amesim Thermal library, Simcenter Amesim Aerospace & Marine library
- Simcenter STAR-CCM+ Intelligent Design Exploration
- NX Design Standard Floating, NX Design Premium
- Simcenter 3D Engineering Desktop, Simcenter 3D Thermal Multiphysics, Simcenter 3D Space Systems Thermal, Simcenter 3D Environment for Abaqus, and Simcenter Nastran Basic. Additionally, the contractor will provide technical services to troubleshoot the installation and incorporation of the software throughout the period of performance.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: None (Sole Source Intent)
- Response Due: February 21, 2026 (for capability statements)
- Published: February 9, 2026
Evaluation
This notice of intent is not a request for competitive proposals. However, any firm that believes it can meet the identified requirement may submit a written response. Responses must reference solicitation number N6893626Q5049 and include a capability statement detailing the firm's experience, assets, background, and ability to perform the work without compromising quality, accuracy, reliability, or schedule, and to provide software support and maintenance. These responses will be considered by the agency.
Additional Notes
Interested firms must be registered in the System for Award Management (SAM) at https://sam.gov/. Contractors must also be certified through Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) or Export Controlled Information, requiring an approved DD 2345. Access to CUI is limited to a single point of contact per CAGE code.