SOLICITATION NOTICE
D -- Cadence Software Maintenance - Statement of Work
- Notice Date
- 1/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC18Q0005
- Point of Contact
- Darrin L. Holland, Phone: 3012869083
- E-Mail Address
-
darrin.l.holland@nasa.gov
(darrin.l.holland@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work NASA/GSFC has a requirement to acquire continued software support and license renewal for Cadence software. The solicitation has been prepared with the intent to award on a sole source basis to Cadence Design Systems, Inc. located at 2655 Seely Avenue, San Jose, CA 95131. Cadence Design Systems, Inc. is the only vendor that provides support and maintenance for their software. All other offerors may submit a written quote via e-mail that will be reviewed by the Government. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13.5 (Test Program for Certain Commercial Items) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The solicitation number is 80GSFC18Q0005. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) Code for this acquisition is 511210; Small Business Size: $38.50. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The place of acceptance and FOB point is Destination. FOB Destination on offers are desired. Offers submitted on a basis other than FOB Destination will be rejected as nonresponsive. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Descending Order of Importance: 1) Technical Capability of the items and services offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical and past performance, when combined, are significantly more important than price. The Government reserves the right to make award to the offereor whose quote provides the best overall value to the Government. The offeror shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone and fax) of a contact for each contract listed. The offeror should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) • 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) • 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) • 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) • 52.219-8, Utilization of Small Business Concerns (Nov 2016) • 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) • 52.222-3, Convict Labor (June 2003) • 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) • 52.222-21, Prohibition of Segregated Facilities (Apr 2015) • 52.222-26, Equal Opportunity (Sep 2016) • 52.222-35 Equal Opportunity for Veterans (OCT 2015) • 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) • 52.222-37 Employment Reports on Veterans (FEB 2016) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • 52.222-50, Combatting Trafficking in Persons (Mar 2015) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-1, Buy American - Supplies (May 2014) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) The following FAR/NASA FAR terms and conditions apply to this acquisition: • 1852.215-84, Ombudsman (Nov 2011)* • 1852.223-75 Major Breach of Safety or Security (Feb 2002) Alternate I (Feb 2006) • 1852.225-70, Export Licenses (Feb 2000) • 1852.227-86, Commercial Computer Software License (Apr 2015) • 1852.237-73, Release of Sensitive Information (Jun 2005) The clause at GSFC 52.217-92, Period of Performance, applies to this acquisition. The period of performance of this contract shall be for a period of twelve (12) months from the contract award date. * The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This is not a Defense Priorities and Allocations System (DPAS) rated order. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act - Supplies," the offeror shall so state and shall list the country of origin. Offers are due no later than February 9, 2018 at 4:30 pm Eastern Standard Time. Offers shall be emailed to: Darrin L. Holland, Contract Specialist, at Darrin.L.Holland@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to Darrin.L.Holland@nasa.gov no later than February 2, 2018. This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a3debd2761ddad76b2255a20e4b713e2)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04799968-W 20180127/180125231428-a3debd2761ddad76b2255a20e4b713e2 (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 |