SOLICITATION NOTICE
70 -- SolidWorks - Package #1
- Notice Date
- 8/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-15-R-RENEW-SOLIDWORKS
- Archive Date
- 9/23/2015
- Point of Contact
- Ed Needens, Phone: 8017775326, James T. Jaramillo, Phone: 801-586-7778
- E-Mail Address
-
edward.needens@us.af.mil, james.jaramillo@hill.af.mil
(edward.needens@us.af.mil, james.jaramillo@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification Purchase Specification Solicitation Number: FA8224-15-R-RENEW-SOLIDWORKS Synopsis: This 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; proposals are being requested and a written solicitation will not be issued. This combined sysnopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The Air Force intends to place a Single, Firm-Fixed Price order without discussions to the responsible offeror whose offer conforms to the attached 'Purchase Specifications' and delivery schedule providing the Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered. It is the Government's intent to award on an "all-or-none" basis to satisfy this requirement. This acquisition is Unrestricted, under NAICS code 334614, Size Standard 750 employees. This acquisition is intended as a consolidated solution for the Hill AFB complex. The requirement calls for delivery of "Solid Works" subcription licenses, license reactivation and software support in accordance with the attached Purhase Specifications. Commercial equivalent brands are not acceptable. Proposals will be expected to specifically state they will comply with this requirement. Schedule Of Items: Responsible quoters shall provide Firm Fixed Price (FFP) pricing for all items listed in the attached Purchase Specifications as described below: CLIN 0001: Renewal of Solidworks Network 0010 0059 0573 5037 X27R HFH2 License includes: 1-SolidWorks Premium with Simulation Premium 31-SolidWorks Professional 7-SolidWorks Standard 1-Simulation Professional 3-SolidWorks Premium with Simulation Professional 1-Solidworks Premium Period of Performance: For 1 year after reciept of order, which is estimated to be on 21 September 2015. CLIN 0002: Renewal of SolidWorks EPDM CAD Editor Licenses 0010 0083 3904 0987. Period of Performance: For 1 year after reciept of order, which is estimated to be on 21 September 2015. CLIN 0003: Renewal of SolidWorks Standard 9000 0099 3347 7550 CVGJ V3KG Period of Performance: For 1 year after reciept of order, which is estimated to be on 21 September 2015. CLIN 0004: Renewal of SolidWorks Standard 9000 0099 3346 7777 GCYH HSH4 Period of Performance: For 1 year after reciept of order, which is estimated to be on 21 September 2015. CLIN 0005: Renewal of SolidWorks Professional 9000 0083 4241 0521 DF5S 7HDF Period of Performance: For 1 year after reciept of order, which is estimated to be on 21 September 2015. CLIN 0006: Shipping and Handling Period of Performance: For 1 year after reciept of order, which is estimated to be on 21 September 2015. ALL ITEMS MUST BE IN ACCORDANCE WITH THE PURCHASE SPECIFICATIONS AS ATTACHED FOB: Destination Proposals must include Contractors Name, Cage Code, DUNS Number, Contact Name, Number and email address. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.211-17 Delivery of Excess Quantities52.252-2 Clauses Incorporated By Reference; FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; 52.247-34 F.O.B Destination NOV 1991 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.233-3 Protest After Award AUG 1996 DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFARS 252.225.7036 Buy American Act - Free Trade Agreements - Balace of Payments Program DFARS 252.204-7004 System For Award Management DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance;8 AFFARS 5352.201-9101 OMBUDSMAN FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 year. SAM Registration All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Question SUBMISSION : Questions related to this solicitation shall be received, via email, to edward.needens@us.mil not later than August 31, 2015 at 2:00 PM MST. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Any questions received after the time and date listed above will not be addressed. Offers are due as posted in the FBO notice in order to be considered for award. All offers shall be emailed directly to Ed Needens at edward.needens@us.af.mil The offeror shall ensure the Contracting point of contact acknowledge receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-RENEW-SOLIDWORKS/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03833667-W 20150813/150812000427-c95149c5acae4521f6cc7f9e6c69d7ca (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 |