Opportunity
SAM #1301325323
Annual Renewal of COMSOL Multiphysics Software Licenses for Naval Postgraduate School (Sole Source)
Buyer
NAVSUP Fleet Logistics Center San Diego
Posted
March 31, 2026
Respond By
April 07, 2026
Identifier
1301325323
NAICS
513210, 511210
This opportunity is for the annual renewal of COMSOL Multiphysics software licenses at the Naval Postgraduate School (NPS) in Monterey, California, managed by NAVSUP Fleet Logistics Center San Diego. - Sole source procurement to COMSOL, Inc., the OEM and only authorized provider for educational licenses - Licenses cover a range of modules and user types: - Floating Network Licenses (FNL) for concurrent users - Named Single User Licenses (NSL) for individual users - Class Kit Licenses (CKL) for up to 30 concurrent students and teachers - Modules include Acoustics, CAD Import, Heat Transfer, MEMS, RF, AC/DC, Ray Optics, Semiconductor, CFD, Liquid & Gas Properties, LiveLink for SOLIDWORKS, Material Library, Optimization, Structural Mechanics, Composite Materials, Nonlinear Structural Materials - Subscription-based licenses valid through April 30, 2026 - Place of performance: Naval Postgraduate School, Monterey, CA - Interested vendors must provide proof of authorization and a capability statement - No third-party resellers permitted; only COMSOL, Inc. can supply these licenses - Estimated contract value likely ranges from $50,000 to $150,000 based on typical academic software renewals - Potential competitors include other multiphysics software providers, but only COMSOL is authorized for this requirement - Delivery and contracting managed by NAVSUP FLC San Diego
Product Line Items: - Multiple COMSOL Multiphysics licenses and modules for various user types and academic purposes - Detailed list includes specific modules and license types, with quantities ranging from 1 to 30 per item
Period of Performance: - Annual subscription, valid through April 30, 2026
Places: - Naval Postgraduate School, Monterey, CA (place of performance) - NAVSUP FLC San Diego (contracting office)
OEM: - COMSOL, Inc.
Requirements: - Proof of authorization to supply COMSOL licenses - Capability statement from interested vendors
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES
Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract to COMSOL, Inc., 100 District Ave, Burlington, Massachusetts 01803-5042, United States. Under the authority of FAR 13.106 (1) only one responsible source and no other supplies or services will satisfy agency requirements. The requirement is for annual renewal of COMSOL Multiphysics software licenses for the Naval Post Graduate School. The software is used for simultaneous modeling of the phenomena including, but not limited to: Mechanical, Electrical, Acoustic, Thermal, Radio, etc. with the focus on micro-electro-mechanical systems (MEMS). This software is used by several NPS academic departments and in multiple curricula throughout campus.
COMSOL Multiphysics software is a simultaneous modeling system that allows engineers and researchers to simulate real-world designs, devices, and processes. COMSOL software is proprietary to COMSOL Inc. and Educational licensing is not available for resale through third party resellers. Educational licensing is only available from COMSOL Inc. as confirmed by the Original Equipment Manufacturer (OEM). The software will be paid for via the Wide Area Workflow (WAWF). Personnel cannot cancel or discontinue services until directed by the Government. The anticipated award date of this action is on or before 24 May 2025. The applicable North American Industry Classification System (NAICS) code is 513210 – Software Publishers.
Validity Dates: 5/1/2026 – 04/30/2027
See attachment for Parts list.
This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the licenses and proof as being an authorized vendor of these services. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order.
Capability statements are due by 1:30 PM Pacific Standard Time (PST), April 7, 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to Contract Specialist Brenna Bronder at the following email address at: brenna.m.bronder.civ@us.navy.mil
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED