Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

A -- Develop a domain connectivity software application that will be utilized in a high fidelity, physics-based, multi-flow solver paradigm

Notice Date
8/22/2018
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
FA9101-18-R-0006
 
Archive Date
9/21/2018
 
Point of Contact
Myra Kline, Phone: 9314544424, Adam P Foret, Phone: 9314544448
 
E-Mail Address
myra.kline@us.af.mil, adam.foret.1@us.af.mil
(myra.kline@us.af.mil, adam.foret.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO USE OTHER THAN FULL AND OPEN COMPETITION: Arnold Engineering Development Complex (AEDC), Arnold AFB TN intends to award a contract to Parallel Geometrical Algorithms, LLC, 1264 Riesling Terrace, Sunnyvale, CA 94087-2313, to develop a domain connectivity software application that will be utilized in a high fidelity, physics-based, multidisciplinary flow solver. The Department of Defense High Performance Computing Modernization Program (DoD HPCMP) is currently developing a Computational Research and Engineering Acquisition Tools and Environment for Air Vehicles (CREATE-AV). Two of the three physics-based simulation software products being developed as part of the program are Kestrel and Helios. Kestrel delivers virtual design test and analysis capabilities for fixed-wing aircraft (full spectrum-fighter, bomber, tanker, reconnaissance, etc.) while Helios provides that same capability for rotary-wing aircraft. The CREATE-AV Helios and Kestrel software products utilize a dual mesh paradigm. Specifically, this is either a strand grid or unstructured grid near to a surface geometry (of an aircraft) to resolve boundary effects, and a high-order Cartesian system of grids away from the body. The desired organization must have the ability to develop the grid assembly software application that will enable efficient interpolation between the strand (unstructured) grid and the far-field (Cartesian) grid. This dual mesh combination presents a novel and very powerful paradigm that none of the other commonly used domain connectivity tools is currently exploiting. Exploitation of these attributes is on the critical path to development of both Kestrel and Helios. The capability captured by this unique paradigm enables true automation of domain connectivity, is highly scalable, and enables efficient memory use. The contract deliverables consist of the following: Software: Modules that can be integrated into the CREATE-AV Common Scalable Infrastructure (CSI) including domain connectivity, solver algorithms, testing framework, and enhancement of CSI. The contractor will also provide testing harness and framework for all delivered modules. Support: The CREATE-AV Quality Assurance (QA) Group provides direct support to users of CREATE-AV software products. The contractor resolves software code issues in response to prioritized requirements set by the CREATE-AV configuration Control Board. Documentation (Developer's Guide): Updates that result from an updated release cycle, or intermediate product updates in response to issue resolution activities shall include corresponding updates to the Developer's Guide. The contractor will provide user, developer guides and tutorials for all delivered modules. The Developer's Guide provides a technical description of the algorithms used, defines the module API and data requirements, and documents the unit and integration tests provided for the software modules delivered. This synopsis is approved for a sole source contract action as authorized in FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. No solicitation package will be issued. However, all interested sources may identify their interest but must provide proof of capability to provide an acceptable product by submitting an accurate description of the software offered and pricing data. Only responses containing this data will be considered for the purpose of determining whether to conduct a competitive procurement. Award will not be made on the basis of responses received to this synopsis. Responses must be electronically sent to Myra Kline at myra.kline@us.af.mil. If no favorable responses are received by 2:00 PM CST on 6 September 2018, a contract will be negotiated with the above named source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-18-R-0006/listing.html)
 
Place of Performance
Address: Arnold Engineering Development Center, Arnold AFB, Tennessee, 37389, United States
Zip Code: 37389
 
Record
SN05049945-W 20180824/180822230931-2cf4206505f153c13257946e5b7e6407 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.