Skip to content
Department of Defense

LS-DYNA Software Renewal

Solicitation: Not available
Notice ID: ca69d031087e406e9fc74f17710cd323
TypeSpecial NoticeDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMAPostedMar 13, 2026, 12:00 AM UTCDueMar 18, 2026, 08:30 PM UTCCloses in 5 days

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Mar 18, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$18,367,063,229
Sector total $18,367,063,229 • Share 100.0%
Live
Median
$350,000
P10–P90
$35,107$29,585,733
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+2716%($17,071,143,148)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MA
Live POP
Place of performance
Natick, Massachusetts • 01760 United States
State: MA
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MA20260015 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Barnstable
Rate
ELECTRICIAN (Includes Traffic Signalization)
Base $50.02Fringe $31.09
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
+23 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 23 more rate previews.
Davis-BaconBest fitstate match
MA20260015 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable
Rate
ELECTRICIAN (Includes Traffic Signalization)
Base $50.02Fringe $31.09
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
+22 more occupation rates in this WD
Davis-Baconstate match
MA20260021 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Middlesex
Rate
ELECTRICIAN
Base $66.17Fringe $37.08
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260020 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampshire
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260013 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Worcester
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe, & Mechanical System Insulation)
Base $49.10Fringe $36.63
Rate
TILE FINISHER
Base $49.32Fringe $35.26
Rate
TILE SETTER
Base $64.52Fringe $37.51
+14 more occupation rates in this WD

Point of Contact

Name
Lyndon Jagroop
Email
lyndon.s.jagroop.civ@army.mil
Phone
Not available
Name
Kaylie Silva
Email
kaylie.j.silva.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

Description

Notice Type

Special Notice – Intent to Sole Source

Agency

Department of the Army
Army Contracting Command – Aberdeen Proving Ground (ACC-APG)
Natick Division

Office Address

10 General Greene Ave
Natick, MA 01760
United States

Description

The Government intends to award a sole source purchase order to ANSYS, Inc., 2600 ANSYS Drive, Canonsburg, PA 15317, for the renewal of the ANSYS LS-DYNA Site License (35 CPU Cores) and associated software maintenance and technical support.

LS-DYNA is a finite element analysis (FEA) software platform used to perform physics-based simulations supporting the Aerial Delivery Directorate (ADD). The software enables engineers to conduct advanced modeling and simulation activities including Finite Element Analysis (FEA), Fluid-Structure Interaction (FSI), and Computational Fluid Dynamics (CFD).

These simulations are used to evaluate system performance for aerial delivery applications, including parachute systems, aircraft components, vehicle airbag systems, and other extraction and deployment systems. The software allows engineers to analyze how systems respond to applied loads, acceleration forces, and dynamic environments and helps identify potential structural or system failure modes prior to physical testing.

ANSYS, Inc. is the developer and sole licensing authority for LS-DYNA software and its associated maintenance services. As the proprietary owner of the LS-DYNA platform, ANSYS, Inc. is the only source reasonably available capable of providing the required software license renewal and maintenance support.

The anticipated award will be conducted in accordance with FAR 13.106-1(b)(1), Soliciting from a Single Source, for purchases not exceeding the Simplified Acquisition Threshold.

The anticipated period of performance is 01 April 2025 through 31 March 2026.

Responses to this Notice

This notice is not a request for competitive quotations. However, interested parties may submit capability statements demonstrating their ability to provide the required LS-DYNA licensing and maintenance services. Capability statements must clearly demonstrate the ability to provide authorized LS-DYNA software licensing and support.

Responses must be submitted within five (5) days of the posting of this notice.

Point of Contact

Contracting/Grants/Agreements Officer
Lyndon Jagroop
Army Contracting Command – APG Natick Division
Lyndon.s.jagroop.civ@army.mil

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.