SOLICITATION NOTICE
D -- SOLE SOURCE, FLOMERICS INC., MARLBOROUGH, MA, FLO/EMC FLOATING PERPETUAL LICENSE
- Notice Date
- 8/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334611
— Software Reproducing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- PR4200164491
- Response Due
- 8/17/2006
- Archive Date
- 8/14/2007
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: 1. FLO/EMC Floating Perpetual License, Per NASA DAK062006 (1 Job). Last item. No other software is compatible for use with NASA's systems and requirements. This software license will be used in the development of a computational electromagnetic model in support of the Launch Services Program at KSC, FL. FLO/EMC provides a high frequency solver that utilizes the Transmission Line Matrix and allows for broadband analysis with models that have a great amount of detail. The tool can be run one time for results over a broadband of frequencies verses running the tool over one frequency at a time that most high frequency solvers require. This allows the analyst to determine the culprit frequencies to investigate further in the very large complex solvers. The tool allows for more detailed components to be analyzed and allows for the analysis of cable runs for routing analysis and more accurate shielding effectiveness calculations that tools such as FEKO and GEMACS are not designed to solve. This tool was used to simulate lightning modeling which is a capability not currently implemented in other solvers as well. FLO/EMC is designed to solve a specific class of problems within the EMC community. This tool was chosen based on industry and DOD acceptance and usage as well as capability. Flomerics is the only provider of FLO/EMC software. NASA KSC has performed extensive research into possible vendor sources for this application, and has determined that Flomerics is the only vendor that offers software which meets these requirements. No supplier was found. To that end, the FLO/EMC Floating License must be used in order to ensure compatibility with processes, procedures, and systems that are used during mission operations. The acquisition of any other brand would therefore represent an unacceptable technical risk to KSC missions. The provisions and clauses in the RFQ are those in effect through FAC 2005-12 This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334611, 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to KSC, FL., 32899, is required within 30 days ARO. Delivery shall be FOB Destination. Please indicate delivery date in your response. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by August 17, 2006, 10:00 AM (EST) to NASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 and must include, solicitation number, FOB destination to KSC, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (September 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Allen Miller not later than July 25, 2006, 10:00AM (EST). Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#121724)
- Record
- SN01114806-W 20060816/060814221507 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |