MATLAB Software License Renewal
Notice of Contract Action (NOCA) - Sources Sought
This requirement is for MATLAB/SIMULINK Software License Renewal for the Space Rapid Capabilities Office (SpRCO).
This is a Notice of Proposed Contract Action under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR PROPOSAL. No contract will be awarded on the basis of offers received in response to this notice.
The associated North American Industry Classification System (NAICS) code is 513210 with a size standard of $47M.
Brief Description of Requirements:
SpRCO requires the purchase of a 1-year MathWorks License Renewal, Firm Fixed Price (FFP) contract for MathWorks software and software maintenance. The products to be acquired under this contract consist of MathWorks software, including MATLAB, Simulink, Aerospace Toolbox, Communications Toolbox, Control Systems Toolbox, Signal Processing Toolbox, SimEvents, and Statistics and Machine Learning Toolbox. In addition, this contract will provide maintenance, support, and a 1-year license renewal.
Market research revealed that possible alternative mathematical software available on the open market would not be fully interoperable with the current MathWorks platform in use throughout SpRCO nor do they possess the full suite of products required. This NOCA is part of a market research effort to assess industry capabilities that will best address the SpRCO needs described in this NOCA.
MathWorks is not directly available through a pre-existing Government-wide contract or DoD Enterprise Software Agreement.
The Government intends to negotiate a sole-source contract for the purchase of the software licenses and maintenance described above. The identified sole-source provider/producer of these systems is as follows:
THE MATHWORKS, INC
3 APPLE HILL DR
MATICK, MA 01760
The Government believes that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Air Force’s requirements including duplicative acquisition planning, coordination, and evaluation, as well as costs related to training, installation, software development, engineering, maintenance, and support, that is not expected to be recovered through competition.
This is a notice of proposed contract action and NOT a request for competitive proposals. However, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent on or before 19 August 2025 by 9:00 a.m. MDT by email to tyler.breedlove.1@spaceforce.mil.
Responses to this notice must be submitted by the date/time listed on the notice. Any responses to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Only responses received by this date will be considered.
Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 03 September 2025.
A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.
DISCLAIMER AND NOTICE: This is a courtesy Notice of Contract Action (NOCA) only and does not constitute a commitment, implied or otherwise, that SpRCO, will take procurement action on this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This is a courtesy NOCA only and shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. The information provided will be used to assess trade-offs and alternatives available for the potential requirement. Respondents are advised that the Government is under NO obligation to provide feedback to respondents with respect to any information submitted.