MODIFICATION
70 -- Geomagic Design X Software, ARO Software, Training and Support - Redacted DnF for OTFOC under $150K-Brand Name
- Notice Date
- 1/3/2017
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0024
- Archive Date
- 1/25/2017
- Point of Contact
- Rebecca B. Patterson, Phone: 301-394-5351, DeAnna Sivage, Phone: 301-394-0753
- E-Mail Address
-
rebecca.b.patterson.civ@mail.mil, deanna.m.sivage.ctr@mail.mil
(rebecca.b.patterson.civ@mail.mil, deanna.m.sivage.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Redacted DnF for OTFOC under $150K- Brand Name The purpose of Amendment 0001 is to remove clause APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source (FEB 2015) from section (i), extend the response date to 10 JANUARY 2017, and attach a Redacted Justification for Other Than Full and Open Competition (Brand Name) document. All other information remains unchanged. (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. (ii) The solicitation number is W911QX-17-T-0024. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-91 effective date 30 September 2016. (iv) The associated NAICS code is 511210. The small business size standard is $38.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Geomagic Design X Software Subscription CLIN 0002: FARO CAM 2 Software Subscription CLIN 0003: Training for software CLIN 0004: Support/Warranty Subscription CLIN 0005: Shipping (vi) Description of requirements: C.1 Requirement The Contractor shall deliver software and additional support to the U.S. Army Research Laboratory, Aberdeen Proving Ground (APG), MD based on the Government's minimum requirements as stated in section C.2 C.2 Salient Characteristics C.2.1 Geomagic (Rapidform) Design X Software C.2.2 Faro CAM2 Software C.2.3 Training for Geomagic Design X Software and FARO CAM2 Software - minimum three (3) day training session C.2.4 Technical Support for Geomagic Design X Software and FARO CAM2 Software to include unlimited telephone and email exchange support. Support shall be a minimum one (1) year C.2.5 One (1) year minimum warranty and software updates package for Geomagic Design X Software and FARO CAM2 Software C.3 Delivery The Contractor shall delivery the software to U.S. Army Research Laboratory, Aberdeen Proving Ground (APG), MD 21005 electronically within two (2) weeks after contract award. Training shall take place within eight (8) weeks after contract award. (vii) Delivery is required by eight (8) weeks after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) at Shipping and Receiveing, Bldg 434, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Army Research Laboratory (ARL) at Shipping and Receiveing, Bldg 434, Aberdeen Proving Ground, MD 21005. 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 (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (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), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 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), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-50 Combatting Trafficking in Persons (Mar 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), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 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), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Nov 2014), 252.225-7036 Buy AmerincanAct-Free Trade Agreements-Balance of Payments Prgram, Alternatte I (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.239-7018 Supply Chain Risk (Oct 2015), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992). (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): Additional Requirements - Incorporated By Reference: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.213-2 Invoices (Apr 1984); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); Additional Requirements - Full-Text: APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source (FEB 2015) APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401ALT Receiving Room Requirements - APG Alternate I (Jan 2003); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 10 January 2017 by 1700 Eastern Time (ET), via email to Becky Patterson, rebecca.b.patterson.civ@mail.mil, CC DeAnna Sivage deanna.m.sivage.ctr@mail.mil. Please reference solicitation W911QX-17-T-0024 on any correspondence. (xvii) For information regarding this solicitation, please contact Becky Patterson, rebecca.b.patterson.civ@mail.mil, CC DeAnna Sivage deanna.m.sivage.ctr@mail.mil. Please reference solicitation W911QX-17-T-0024 on any correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/98b11b69b5ffc9317531f9d13e2ec9ca)
- Place of Performance
- Address: U.S. Army Research Laboratory, Shipping and Receiving, Building 434, Aberdeen Proving Ground (APG), ABERDEEN, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04362243-W 20170105/170103234432-98b11b69b5ffc9317531f9d13e2ec9ca (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 |