SOLICITATION NOTICE
70 -- OrCAD Software Maintenance
- Notice Date
- 8/30/2018
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618Q0306
- Archive Date
- 10/4/2018
- Point of Contact
- William S. Glenn, Phone: (760) 939-3772, John Faria, Phone: (760) 939-3728
- E-Mail Address
-
william.s.glenn@navy.mil, john.faria@navy.mil
(william.s.glenn@navy.mil, john.faria@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this synopsis is to announce that NAVAIR intends to negotiate a sole source contract with EMA Design Automation, 225 Tech Park Dr. Rochester, NY, 14623-2444 for OrCad technical and software maintenance needed to support our Warfare Analysis tasking requirements. The Government intends to negotiate solely with EMA Design Automation per FAR 6.302-1, Only One Responsible Source, as no other source of supplies will satisfy agency requirements. EMA Design Automation is a source unique capable of fulfilling the Government's needs for the following reasons: The Airborne Instrumentation Systems Division (AISD) of NAWC-WD provides a complete Electronic Design Automation (EDA) solution that includes electronic engineering computer-aided design and automation tools such as schematic capture, printed-circuit board (PCB) layout with interactive auto-routing capability, analog and digital simulation, signal integrity analysis, and high pin-density Field-Programmable Gate Array (FPGA) floor-planning tools. AISD currently has 31 separate Cadance-OrCAD licenses and 5 DownStream Technologies licenses supporting its engineering workforce and is seeking to acquire software maintenance and technical support for all licenses that are already owned by the Government. AISD cannot accept any product other than that from Cadence OrCAD and no other vendor can provide software maintenance and technical support as EMA Design Automation is the sole supplier of these services for Cadence. Any firms believing that they can provide the ancillary items may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice. The written response shall reference solicitation number N6893618Q0306 and must clearly show the firm's ability to be responsive without compromising the quality, accuracy or reliability of the services and without causing programmatic hardship. Contractor responses shall also include the following information: a)A reference to the solicitation number N6893618Q0306 and brief title of this announcement; b)Company name and address; c)Company's point of contact name, phone, fax, and e-mail; d)Declaration as to whether a U.S. or foreign company; e)Company size (Small or Large according to the identified NAICS and size standard identified), f)If your company is a small business, specify type(s), g)Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h)A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i)An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j)Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued? - No The results may also be utilized used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 541512 with a small business size standard of $27.5M. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. (POC information auto-populates in FBO via the table above so it is not necessary to include it here. See Sub Part FAR 5.2 to ensure preparation and transmittal requirements are met.) Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b590253c18320e7ee2a01e18dcd9a34e)
- Record
- SN05065305-W 20180901/180830231838-b590253c18320e7ee2a01e18dcd9a34e (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 |