Opportunity

SAM #a34e1e59fc3f4f5fb93b6984e120d6d1

Air Force Research Laboratory Sole Source Procurement of Pogo Software License

Buyer

AFRL PZL

Posted

March 31, 2026

Respond By

April 03, 2026

Identifier

a34e1e59fc3f4f5fb93b6984e120d6d1

NAICS

513210, 511210

This opportunity is for the Air Force Research Laboratory to procure a specialized software license for advanced ultrasonic testing simulations: - The requirement is for one commercial license of Pogo Software, a GPU-based finite element analysis (FEA) tool for modeling linear acoustic waves and vibrations interacting with physical structures - Supports ultrasonic inspection simulations for aerospace vehicle materials evaluation - Includes pre- and post-processing tools - Planned as a sole source procurement to Imperial Consultants (I C Consultants Ltd), the exclusive distributor and OEM - Contract structure: - Base period of 12 months (one license) - Option year of 12 months (one license) - No part numbers specified; only one license per year - Place of performance and delivery is Wright Patterson Air Force Base, Ohio - The notice invites capability statements from other sources, but indicates intent to sole source unless a competitive response is received - Estimated contract value is likely low (single software license, annual subscription) - No other OEMs or competing products are specifically mentioned, but similar FEA software could potentially compete if they meet technical requirements

Description

NOTICE OF INTENT TO AWARD SOLE SOURCE

The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source; I C Consultants Ltd (Imperial Consultants) on or about 15 May 2026.  The software license will run for 12 months, with one 12 month option year.

PSC: 7A21

NAICS: 513210

Size Standard: $47M

Product Name: Pogo Software

Supplier Name: Imperial Consultants

Product Description:

The following Commercial License for Pogo Software is required by the Materials and Manufacturing Directorate, Materials State Awareness Branch (AFRL/RXNW). Pogo software performs finite element analysis (FEA).

Quantity                                                                     Item Description                                                                                                       

1                           Pogo is a general elastodynamic finite element solver to model linear acoustic waves and

                             vibrations interacting with physical structures. Pogo incorporates pre- and post-processing

                               tools to generate input models and view the outputs.

This notice of intent is not a request for competitive quotations.  However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government.  The Government will consider responses received within 3 business days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement.

If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in RFO 12.202.  If this effort becomes a Small Business Set-Aside, RFO 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. 

A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. 

Contractors should be aware of the following information:

Contractors must include the following information:

<ul>
    <li>
    <p class="sam-rich-text-editor-indent-a">Points of contact, addresses, email addresses, phone numbers.</p>
    </li>
    <li>
    <p class="sam-rich-text-editor-indent-a">Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above.</p>
    </li>
    <li>
    <p class="sam-rich-text-editor-indent-a">Identification of any other socioeconomic status (Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone).</p>
    </li>
    <li>
    <p class="sam-rich-text-editor-indent-a">Company CAGE Code or DUNS Number.&nbsp;</p>
    </li>
</ul>
</li>
<li>
<p class="sam-rich-text-editor-indent-a">In your response, you must address how your product meets the product characteristics specified above.</p>
</li>
<li>
<p class="sam-rich-text-editor-indent-a">Submitted information shall be UNCLASSIFIED.</p>
</li>
<li>
<p class="sam-rich-text-editor-indent-a">Responses are limited to 10 pages in a Microsoft Word compatible format.</p>
</li>

Responses should be emailed to Glenn Wellman at glenn.wellman@us.af.mil no later than 03 April 2026, 5:00 PM EST.  Any questions should be directed to Glenn Wellman through email. 

View original listing