SOLICITATION NOTICE
70 -- Sole Source - Computer Simulation Technology (CST) Studio Suite Software Maintenance and Support (M&S) License Renewal
- Notice Date
- 8/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-15-T-0335
- Response Due
- 9/4/2015
- Archive Date
- 10/26/2015
- Point of Contact
- DeAnna Sivage, 575-678-4963
- E-Mail Address
-
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) 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. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Computer Simulation Technology (CST) of America, Inc., 492 Old Connecticut Path, Suite 505, Framingham, MA 01701-4595. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-15-T-0335. This acquisition is issued as a notification of intent to sole source. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated 08/03/2015. (iv) The associated NAICS code is 511210. The small business size standard is $35.5m. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001 - One (1) CST Studio Suite License Renewal CLIN0002 - One (1) CST Studio Suite License Renewal (Option 1) CLIN0003 - One (1) CST Studio Suite License Renewal (Option 2) (vi) Description of requirements: Item description for CLIN 001-0003 is the same as CLINs 0002 and 0003 are options for the continued renewal of the current software license: CST STUDIO SUITE License - License Type: Node Locked - Windows Edition - Frontends: 2 - Simulation Processes: 1 - Solver Modules: max. 1 T (Time Domain) max. 1 F (Frequency Domain) max. 2 DS (Circuit Simulator) - Parameter Sweeps & Optimization (vii) Delivery is required No Later Than (NLT) one (1) month after contract award. Delivery shall be made to the US Army Research Laboratory (ARL), Adelphi Laboratory Center (ALC), 2800 Powder Mill Rd, Adelphi, MD 20783. Acceptance shall be performed at ARL-ALC, 2800 Powder Mill Rd, Adelphi, MD 20783 The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A - Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. N/A - Sole Source (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 52.219-28, Post Award Small Business Program Representation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Veterans (Jul 2014); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-37, Employment Reports on Veterans (July 2014); 52.222-50, Combating Trafficking in Persons (March 2, 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013); 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); 252.211-7003, Item Unique Identification and Valuation (Dec 2013); 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013); 252.225-7001, Buy American and Balance of Payments Program (Nov 2014); 252.232-7003, Electronic Submission of Payment Requests and Receiving (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); 252.246-7003, Notification of Potential Safety Issues (Jun 2013); 252.247-7023, Transportation of Supplies by Sea (Apr 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Clauses Incorporated By Reference (February 1998); 252.204-0001 Line Item Specific: Single Funding (September 2009); 252.211-7003 Item Identification and Valuation (June 2011); 252.232-7006 Wide Area Workflow Payment Instructions (May 2011); 52.246-16 - Responsibility for Supplies (April 1984); 252.204-7000 Disclosure of Information (AUG 2013); APG-ADL-B.5152.204-4411, Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407, Type of Contract (Sep 1999); APG-ADL-B.5152.204-4409, ACC-APG Point of Contact (Apr 2011); APG-ADL-E.5152.246-4400, Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418, Tax Exemption Certification (Sep 1999); APG-ADL-H.5152.211-4401, Receiving Room Requirement - ALC (SEPT 1999) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 09/04/2015 11:59am ET to Ms. DeAnna Sivage at deanna.m.sivage.civ@mail.mil (xvii) For information regarding this solicitation, please contact Ms. DeAnna Sivage, 575-678-4963, deanna.m.sivage.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4d253bb9e5d0d09b0cd81cb3d31f240b)
- Place of Performance
- Address: US Army Research Laboratory - Adelphi Laboratory Center (ALC) 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Zip Code: 20783-1197
- Record
- SN03859095-W 20150829/150827235731-4d253bb9e5d0d09b0cd81cb3d31f240b (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 |