Federal Bid

Last Updated on 01 Apr 2010 at 8 AM
Special Notice
Location Unknown

CobaltLicenses&Tokens

Solicitation ID Cobalt
Posted Date 15 Mar 2010 at 3 PM
Archive Date 01 Apr 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location United states


The 10th Contracting Squadron, United States Air Force Academy (USAFA), Colorado intends to award a sole source commercial contract for purchase of Cobalt Licenses and Tokens to Cobalt Solutions, LLC, 4636 New Carlisle Pike, Springfield, Ohio 45504-3336for the purpose of conducting Computational Fluid Dynamic Simulations. . Cobalt Solutions, LLC is the developer of the proposed software which provides the capability to conduct Computational Fluid Dynamics simulations. This sofware has several features which provide for the most accurate solutions to the three-dimensional, massively separated, compressible RANS equations. This capability is critical to the flowfield research conducted at the USAF Academy. The research is sponsored by AFRL, NSF, NASA and the US Army. The key Cobalt software features include: cell-centered, finite-volume solution method applicable to arbitrary cell topologies including hexahedra, prisms and tetrahedra; Delayed Detached Eddy Simulation (DDES) modeling for turbulent flows; second-order accuracy in space usin gthe exact Gottleib and Groth Riemann solver and least squares gradient calculations using the QR-factorization; a point-implicit, second-order accurate time-stepping method using analytic first-order inviscid and viscous Jacobians with Newton sub-iterations to further imporove time accuracy of the point-implicit method; six degree of freedom relative motion; and external forcing capability.

REQUIREMENT:

CLIN 0001: 64 each flow solver Cobalt tokens (software licenses)
CLIN 0002: 64 each overset Cobalt tokens(software licenses)

All of the forementioned software is manufactured by Cobalt Solutions, LLC; they are the sole proprieter and exclusive distributor.

The North American Industry Classification System Code (NAICS) is 511210 and the size standard is $7.1M.

This synopsis is for notification purposes only and DOES NOT constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time.

Any offerors believing they can provide the aforementioned items may provide evidence for consideration. Evidence must support the offeror's claim they can provide this service. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the government. Responses must be received NLT 4:00 p.m. MST on 17 March 2010. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated.

The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the Central contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications application (ORCA) at http://orca.bpn.gov.

Questions should be addressed to the Primary POC: Michelle Desmarais, Contract Specialist, (719) 333-2965 or send via e-mail to [email protected]. Alternate POC is Elizabeth Lawson, Contracting Officer, (719-333-3929, [email protected].

5352.201-9101 OMBUDSMAN (AUG 2005)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen,

Kelly Snyder
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone number 719-333-2704
FAX 719-333-9103
email: [email protected]

Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)

Bid Protests Not Available

Similar Past Bids

Hampton Virginia 19 Apr 2019 at 4 PM
Pike New hampshire 23 May 2016 at 5 PM
Pike New hampshire 16 Apr 2010 at 1 PM
Tinker air force base Oklahoma 07 Jul 2016 at 7 PM
Patuxent river Maryland 22 Sep 2016 at 12 PM

Similar Opportunities

Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Washington District of columbia 11 Jul 2025 at 4 AM (estimated)