Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    DA10--TILEFLOW COMPUTATIONAL FLUID DYNAMICS (CFD) SOFTWARE LICENSES AND MAINTENANCE - NEW BUY (VA-26-00012826)

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C10B26Q0111Sources SoughtEATONTOWN, NJ
    Closed
    STATUS
    Closed
    closed Jan 8, 2026
    POSTED
    Jan 2, 2026
    Publication date
    NAICS CODE
    541519
    Primary industry classification
    PSC CODE
    DA10
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking information from Veteran-Owned and Service-Disabled Veteran-Owned Small Businesses for TileFlow Computational Fluid Dynamics software licenses and maintenance. This Sources Sought aims to assess capabilities for providing software updates, technical support, and engineering consulting for a potential Firm-Fixed-Price contract. Responses are due by January 8, 2026.

    Contract details

    Solicitation No.
    36C10B26Q0111
    Notice Type
    Sources Sought
    Posted Date
    January 2, 2026
    Response Deadline
    January 8, 2026
    NAICS Code
    541519AI guide
    PSC / Class Code
    DA10
    Primary Contact
    Erin Butler
    State
    NJ
    ZIP Code
    07724
    AI Product/Service
    both

    Description

    Page 4 of 4 Sources Sought TileFlow Computational Fluid Dynamics Software Licenses and Maintenance, Office of Information and Technology, Information Technology and Operations This is a Sources Sought only. Do not submit a proposal. This is a Sources Sought to determine the availability and technical capability of Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide the required products and/or services. It is requested that all contractors interested in participating in this effort please note their interest and provide indication of their respective capabilities. This Sources Sought is for planning purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. Your response to this Sources Sought will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this Sources Sought. The information provided may be used by the Department of Veterans Affairs (VA) in developing its acquisition strategy. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. BACKGROUND: The Department of Veterans Affairs, Office of Information and Technology, Information Technology & Operations is seeking information for potential sources to procure a Firm-Fixed-Price contract for the renewal of software maintenance for TileFlow for a 12-month Base Period and four 12-month Option Periods to include technical support and software updates. Technical support to include TileFlow product functionality and modeling support, engineering consulting in fluid dynamics as applied to data center analysis as well as e-mail and telephone support during normal business hours, TileFlow software updates for software revisions and technical problems, new functional releases of the software at no charge, and training (phone/on-line) on the use of TileFlow. Innovative Research, Inc. is the Original Equipment Manufacturer of TileFlow. Refer to Product Description (PD) for additional information. SOURCES SOUGHT SUBMISSION INSTRUCTIONS: This is a Sources Sought only. Do not submit a proposal or quote. If your company is capable of providing the supplies and services, please submit a Vendor Capabilities Statement that includes a description of the capabilities/qualifications/skills your company possesses to perform this work. Additionally, include at least one (1) relevant project and include the following information: customer name, customer/client point of contact email, total contract value, Period of Performance, brief description of services provided, and indicate if there is a Contractor Performance Assessment Reporting System available. A relevant project is similar to the described PD requirements and has occurred in the past five (5) years. The following information must be provided along with your statement of capabilities: 1) General Information to be Provided in Vendor Response: Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email address: Company Business Size and Status: NAICS code(s): DUNs#: CAGE Code#: Contract vehicles that would be available to the Government for the procurement of the product and service: 2) Mark your response as Proprietary Information if the information included is considered to be business sensitive and/or includes trade secrets. 3) Small businesses should also include information as to: The intent and ability to meet set-aside requirements for performance of this effort, if set-aside, as set forth in Veterans Affairs Acquisition Regulation (VAAR) 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB Set-Aside and VA Notice of Total VOSB Set-Aside, respectively, and 13 CFR §125.6, the contractor will not pay more than 50% of the amount paid by the Government to it to firms that are not SDVOSBs or VOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION). In accordance with 13 CFR §125.6 regarding limitations on subcontracting requirements, demonstrate how you will not pay more than 50% of the amount paid by the Government to it to firms that are not similarly situated. Information as to available personnel and financial resources; company names of proposed team members and the PD requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. SUBMISSION: It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12-point font minimum that addresses the above information. In response to the Sources Sought, interested contractors shall submit the above information by 5:00 PM ET on January 8, 2026 via NASA SEWP. For questions, contact Erin Butler, Contract Specialist at Erin.Butler3@va.gov. See attached document: TileFlow PD Sources Sought_January 2026, version 1.0

    Key dates

    1. January 2, 2026Posted Date
    2. January 8, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DA10--TILEFLOW COMPUTATIONAL FLUID DYNAMICS (CFD) SOFTWARE LICENSES AND MAINTENANCE - NEW BUY (VA-26-00012826) is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.