Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
AWARD

99 -- Silvaco Software Maintenance with Three One-year Options

Notice Date
8/27/2015
 
Notice Type
Award Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-15-R-0014
 
Archive Date
9/27/2015
 
Point of Contact
Ana R. Fragoso, Phone: 9162311583
 
E-Mail Address
ana.fragoso@dmea.osd.mil
(ana.fragoso@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HQ0727-15-C-1513
 
Award Date
8/26/2015
 
Awardee
Silvaco Inc, 4701 Patrick Henry Drive, Bldg. #2, Santa Clara, California 95054, United States
 
Award Amount
$600,000.00 including options
 
Description
This is a combined synopsis/solicitation for a commercial service 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 solicitation number is HQ0727-15-R-0014 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The NAICS code is 511210 with a size standard of $38.5M. The Government intends to award a sole source Firm Fixed Price (FFP) contract to Silvaco, Inc. All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. Quotes shall be valid for a minimum of 60 days. The objective of this requirement is to purchase a one year base contract with three one-year options IAW Parts List dated 06 April 2015, Contract Line Item (CLIN) 0001, Silvaco Software Licenses for All TCAD, UTMOST and SPICE Tools IAW Parts List Dated 06 April 2015, 1 Lot; CLIN 0002, Option Period One (1), Silvaco Software Licenses for All TCAD, UTMOST and SPICE Tools IAW Parts List dated 06 April, 1 Lot; CLIN 0003, Option Period Two (2), Silvaco Software Licenses for All TCAD, UTMOST and SPICE Tools IAW Parts List dated 06 April, 1 Lot; and CLIN 0004, Option Period Three (3), Silvaco Software Licenses for All TCAD, UTMOST and SPICE Tools IAW Parts List dated 06 April, 1 Lot. Period of Performance: ITEM NO 0001 24 SEP 2015 TO 23 SEP 2016; ITEM NO 0002 Option 24 SEP 2016 TO 23 SEP 2017; ITEM NO 0003 Option 24 SEP 2017 TO 23 SEP 2018; ITEM NO 0004 Option 24 SEP 2018 TO 23 SEP 2019. Delivery: 4234 54th Street, McClellan, CA 95652. Acceptance: FOB Destination. Representations and Certifications: All prospective offerors are encouraged to register in the System for Award Management (SAM, www.SAM.gov). In order to be eligible for contract award, SAM registration is required. If an offeror chooses not to register at this time, they are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. Clauses incorporated by reference: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certification--Commercial Items; 52.212-3 Alt I, Offeror Representations and Certifications--Commercial Items (MAR 2015) Alternate I; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.217-5, Evaluation of Options; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Contract Clauses Incorporated By Reference;52.203-3, Gratuities; 52.204-7, System for Award Management; 52.209-7, Information Regarding Responsibility Matters; 52.212-4, Contract Terms and Conditions--Commercial Items;52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7998, Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010); 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010); 252.204-0001, Line Item Specific: Single Funding; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.222-7007, Representation Regarding Combating Trafficking in Persons; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7012, Preference For Certain Domestic Commodities; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism; 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies On Contract Payments; 252.239-7017, Notice of Supply Chain Risk; 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.247-7022, Representation Of Extent Of Transportation Of Supplies By Sea; 252.247-7023, Transportation of Supplies by Sea 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) Submittal Instructions (JULY 2015) DMEA.. Due Date: Offers shall be received by 7:00 AM, Pacific Standard Time, 5 August 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-15-R-0014/listing.html)
 
Place of Performance
Address: 4701 Patrick Henry Drive, Bldg. #2, Santa Clara, California, 95054, United States
Zip Code: 95054
 
Record
SN03859162-W 20150829/150827235803-5530bbca2c6af82efec2a6be53909c63 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.