SOLICITATION NOTICE
D -- This acquisition is for the procurement of Computer Automated Three dimensional Imagine Application V5 (CATIA V5), ENOVIA server and client software annual maintenance from IMMIX Group, Inc., ImmixTechnology, Inc., via the GSA schedule
- Notice Date
- 9/27/2017
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N0042117F0630
- Point of Contact
- Vicki W Dean, Phone: (301) 757-4329
- E-Mail Address
-
vicki.dean@navy.mil
(vicki.dean@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- GS-35F-0265X
- Award Date
- 9/7/2017
- Description
- LIMITED SOURCE JUSTIFICATION (FAR 8.4- GSA/FSS) •1. Contracting Activity : Naval Air Warfare Center Aircraft Division (NAWC-AD) Patuxent River, MD •2. Nature and/or Description of Action Being Approved: This acquisition is for the procurement of Computer Automated Three dimensional Imagine Application V5 (CATIA V5), Enterprise inNOVation Interactive Application (ENOVIA) server and client software annual maintenance from Immix Group Inc., ImmixTechnology, Inc., via the General Service Administration ( GSA) schedule. •3. Description of the Supplies or Services Required to Meet the Agency's Needs (including the estimated value) : The proposed acquisition is for the purchase of CATIA V5 and ENOVIA V6 client software annual maintenance for interacting with the ENOVIA information system hosting technical data at the Patuxent River Data Center. The software provided by this procurement, which was created by Dassault Systèmes, is required to support review and management of Technical Data Packages (TDP) purchased by Naval Air Systems Command (NAVAIR) from an aircraft systems integrator. The TDPs are contract deliverables. The software is hosted by the Information Technology/Cyber Security (IT/CS) Department, AIR 7.2, at Patuxent River, MD as part of a suite of software used to host and manage technical and programmatic data. NAVAIR will utilize this software to review information as required by the Engineering Data Management Plan for the contract. User licenses are for multiple functions provided by the information system, including 3D design, digital mockup review, systems engineering, and design collaboration. The total estimated cost for this procurement is $506,628.02 for Computer Automated Three dimensional Imagine Application V5 (CATIA V5), ENOVIA server and ENOVIA client software annual maintenance. The period of performance is one year for the ENOVIA server and ENOVIA client software (September 8, 2017 to September 7, 2018) and a prorated annual maintenance for the CATIA V5 maintenance from December 23, 2017 to September 7, 2018. •4. Identification of the Justification Rationale (see FAR 8.405-6(b)) and, if applicable, a Demonstration of the Proposed Contractors Unique Qualifications to Provide the Required Supply or Service: (3) The item is peculiar to one manufacturer. Supporting Information: The brand name requirement is based upon the requirement to review a Technical Data Package (TDP) and future CDRL deliveries developed, managed, produced, and exported from an information system of the same brand at the OEM. No other brand is compatible with CATIA V5 Models. The CATIA V5 software set is necessary to review the accuracy and completeness of the data and processes included in the TDP delivery. Without CATIA, the TDP review and acceptance will be more difficult because the native CAD data will not be viewable with the tool used to create and manage the data. The current review methods and processes would be nearly impossible to support Without CATIA V5 and the ENOVIA server and client software NAVAIR will not be able to accurately receive, accept, and review future deliveries in support of the CH-53K Heavy Lift Helicopter ACAT1D program with acceptable risk. Use of another product would result in additional unnecessary cost and effort to the Federal Government. Immix Group Inc. is the sole GSA provider for the Dassault CATIA V5 and ENOVIA client and server software and maintenance and no other suppliers are able to provide this software to the Federal Government that will satisfy the program requirement. The Immix Group GSA number is GS-35F-0265X. •5. Determination by the Ordering Activity Contracting Officer that the Order Represents the Best Value Consistent with FAR 8.404(d): The contracting officer has determined that this purchase order represents the best value and results in the lowest overall cost alternative to meet the Navy's needs. NAVAIR will seek additional discounts from the schedule holder, if the price of the order exceeds the maximum order threshold, in accordance with FAR 8.405-4. •6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. In accordance with FAR 10.002, market research by technical representatives was conducted to accomplish research and analysis of the Government requirements, to determine availability and functionality required to meet the Government's needs, and to obtain competitive market pricing available on Enterprise Software Initiative (ESI), GSA, and NASA SEWP. Market research determined that CATIA, ENOVIA software and the ENOVIA software maintenance is proprietary to Dassault Systèmes. Immix Group Inc., ImmixTechnology, Inc., is the sole authorized GSA reseller and therefore the only vendor or source from which this software can be procured and supplied to the Federal Government. ENOVIA is not a product provided in ESI and no vendors responded to a request for ENOVIA software on NASA SEWP. Immix Group Inc., supplied a sole source letter that was provided to them by Dassault Systèmes identifying them as the sole authorized GSA Schedule Holder for all Dassault Systèmes America Corporation products. •7. Any Other Facts Supporting The Justification. N/A •8. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers that Preclude the Agency from Meeting the Requirements of FAR 8.405-1 and FAR 8.405-2 before any Subsequent Acquisition for the Supplies or Services is Made: Future procurements of CATIA V5 and ENOVIA Software and licenses will be required as the NAWC-AD IT/CS 7.2 Product Lifecycle Management Information System requirements continue to grow to meet customer needs. The IT/CS Subject Matter Experts (SME) will continue their market research efforts to identify specific Product Lifecycle Management software and attend information technology trade fairs and conferences, conduct research via the Internet to monitor the commercial market place for unique and innovative information technology solutions, and promote future competition that is not limited to certain brand products where practical. CERTIFICATIONS AND APPROVAL TECHNICAL/REQUIREMENTS CERTIFICATION I certify that the facts and representations under my cognizance which are included in this Justification and its supporting acquisition planning documents, except as noted herein, are complete and accurate to the best of my knowledge and belief. Technical Cognizance: _________________________ Joseph A.Tolarski 301.757.5484 August 23, 2017 Signature Name (Printed) Phone No. Date Requirements Cognizance: _____________________________ _____________________________ ___________ __________ Signature Name (Printed) Phone No. Date LEGAL SUFFICIENCY REVIEW I have determined this Justification is legally sufficient. _____________________________ _____________________________ ___________ __________ Signature Name (Printed) Phone No. Date CONTRACTING OFFICER CERTIFICATION I certify that this Justification is accurate and complete to the best of my knowledge and belief. _____________________________ _____________________________ ___________ __________ Signature Name (Printed) Phone No. Date APPROVED Upon the basis of the above justification, I hereby approve the solicitation of the proposed procurement(s) described herein using other than full and open competition, pursuant to the authority of (3) The item is peculiar to one manufacturer. _____________________________________ ______________________________ Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N0042117F0630/listing.html)
- Place of Performance
- Address: NAS PAX RIVER, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04696707-W 20170929/170927232011-ec35ad471b58c8c119b8f13b567d5800 (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 |