SOLICITATION NOTICE
D -- National Instruments License Renewal Package - Statement of Work - Limited Source Justification
- Notice Date
- 8/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-17-T-0025
- Archive Date
- 8/30/2017
- Point of Contact
- Roxanne Barbaris, Phone: 4102784425
- E-Mail Address
-
roxanne.barbaris.civ@mail.mil
(roxanne.barbaris.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation, W91CRB-17-T-0025 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 herein and a separate written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This action is a 100% Small Business Set-Aside under NAICS code: 334118, "Computer Terminal and Other Peripheral Equipment Manufacturing." The size standard for this NAICS Code is 1,000 employees. This action also includes a brand name restriction subject to the authority under FAR 8.405-6(a)(1)(i)(B) and 8.405-6(b)(1). A copy of the brand name limited sources justification is included with this announcement. The U.S. Army Contracting Command- Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure the following non-personal services contract to provide a National Instruments License renewal software package in support of the Aberdeen Test Center (ATC) at Aberdeen Proving Ground, MD. The Government anticipates the issuance of a Firm Fixed Price contract as a result of the subject solicitation. The anticipated period of performance for these software licenses is 28 September 2017 through 27 September 2018. All services are requested to be proposed upon and specified by the vendor as seen below and in the attached Performance Work Statement (PWS): CLIN 0001: LabView Full Development, for Windows - Quantity 3 CLIN 0002: LabView FPGA Module - Quantity 1, CLIN 0003: LabView Real-time module - Quantity 1 CLIN 0004: Developer Suite, English - Quantity 3 CLIN 0005: LabView Pro Development, for Windows - Quantity 1 CLIN 0006: Multisim Power Pro Edition - Quantity 1 CLIN 0007: Ultiboard Power Pro Edition - Quantity 1 CLIN 0008: Circuit Design Suite Power Pro - Quantity 4 CLIN 0009: Contractor Manpower Reporting (Not Separately Priced) A single award will be made based on the Lowest Price Technically Acceptable (LPTA) evaluation approach as defined in FAR 15.101-2. To be Technically Acceptable, an offeror's quote must (1) meet the specifications of each CLIN outlined and (2) detail how the requirements in the PWS will be successfully performed in the required timeframe. The Government will not use adjectival ratings for the proposed price/cost. A completed and totaled Section B (to include unit costs by CLIN) shall be included with the offeror's price quotation. Adequate competition is anticipated in response to this solicitation, therefore data other than certified cost or pricing data is required in accordance with FAR 15.403-1(b)(1) and FAR 15.403-3. Each offeror's price proposal will be evaluated for price fairness and reasonableness in accordance with FAR 15.404-1(b) by CLIN and in total. In accordance with FAR 15.404-1(a)(1) the analytical techniques and procedures described in FAR 15.404-1 will be used singly or in combination with others are determined necessary by the Contracting Officer to determine price fairness and reasonableness, as specified above. Delivery Location will be at the following Government address: US Army Aberdeen Test Center ATTN: Andy VanAmburg 400 Colleran Road Aberdeen Proving Ground, MD 21005 All responsible sources may submit a quote which will be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database and include the assigned CAGE Code with proposal quote. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The following provisions and clauses are applicable to this solicitation: - FAR 52.212-1, Instructions to Offerors- Commercial; - FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, (The Offeror is required to complete and submit a copy of the FAR provision as an electronic attachment with their quotation); - FAR 52.212-4 Contract Terms and Conditions, Commercial Items; - FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; - FAR 52.219-6, Notice of Total Small Business Set-Aside - FAR 52.227-01 Authorization and Consent; - 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement; - FAR 52.227-03 Patent Indemnity; - FAR 52.227-06 Royalty Information; - FAR 52.227-09 Refund of Royalties; - FAR 52.232-1 Payments under Fixed Price Contracts - FAR 52.243-1 Changes, Fixed Price; - DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and - DFARS 252.232-7006 Wide Area Workflow Payment Instructions. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/ The offeror shall submit their quote via email to the Contract Specialist by 3:00PM EST on 15 August 2017. Email address is as follows; Roxanne.Barbaris.civ@mail.mil. Please note there is a 5MB limit on email size. Contact information: Roxanne Barbaris Contract Specialist Army Contracting Command- Aberdeen Proving Ground (ACC-APG) Phone: 410-278-4425
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f66235d013a32bcafd7c3b1e7da0ae5d)
- Record
- SN04606897-W 20170803/170801232138-f66235d013a32bcafd7c3b1e7da0ae5d (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 |