Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOLICITATION NOTICE

D -- ESRD Stress Check license including software maintenance and technical support.

Notice Date
8/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883618R0027
 
Response Due
8/31/2018
 
Archive Date
9/4/2018
 
Point of Contact
Kenneth Brown 9047904538 Kenneth Brown
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N68836-18-R-0027. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 511210 and the Small Business Standard is $38.5 Mil. The Government intends to award a Firm Fixed Price sole source contract to ESRD, 111 Westport Plaza Drive, Suite 825, St. Louis, MO 63146-3109. ITEM NO 0001 1 Year software maintenance as a service for 10 copies of StressCheck Core and 64 bit solver, 0002 “ Linear Elasticity Analysis Paid-Up Floating Win Machine 0003- Nonlinear Analysis Paid-Up Floating Win Maintenance 0004- StressCheck Composites Paid-Up Floating Win Maintenance 0005- Fracture Mechanics Analysis Paid-Up Floating Win Maintenance 0006- Modal/Buckling Analysis Paid-Up Floating Win Maintenance 0007- Cold Working Analysis Paid-Up Floating Win Maintenance 0008- Surface Residual Stress Analysis Paid-Up Floating Win Maintenance 0009- Bulk Residual Stress Analysis Paid-Up Floating Win Maintenance 0010- StressCheck Single Fastener Paid-Up Floating Win Maintenance 0011- StressCheck Multi-Fastener Paid-Up Floating Win Maintenance 0012- StressCheck Laminate Cutout Paid-Up Floating Win Maintenance 0013- IGES CAD Translator Paid-Up Floating Win Maintenance 0014- MeshSim-Advanced Automesher Paid-Up Floating Win Maintenance POP: 01 September 2018 to 31 August 2019 and four (4) one-year options. Delivery Location is FRCSE, NAS Jacksonville, 32212. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.209-6Protecting 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 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0013 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.217-5 Evaluation of Options JUL 1990 52.217-8Option to Extend Services NOV 1999 52.217-9Option to Extend the Term of the Contract MAR 2000 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-36 Equal Opportunity for Workers w/ Disabilities JUL 2014 52.222-48Exemption from Application of SCLS to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements MAY 2014 52.222-50 Combating Trafficking in Persons 52.222-51Exemption from Application of SCLS to Contracts for Maintenance, Calibration, or Reapair of Certain Equipment-Requirements MAY 2014 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.o.b. “ Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7004Alternate A, System for Award Management 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010Prohinition on Interrogation of Detainees by Contractor Personnel Nov 2010 252.239-7017 Notice of Supply Chain Risk 252.239-7018Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea The POC for this requirement is Kenneth Brown who can be reached at 904-790-4538 or email kenneth.b.brown4@navy.mil. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 9:00 AM EST, 31 August 2018. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04ff01bb7f76505c80ed3d297558c15b)
 
Place of Performance
Address: Fleet Readiness Center Southeast
Zip Code: NAS Jacksonville, Jacksonville, FL
 
Record
SN05065507-W 20180901/180830231938-04ff01bb7f76505c80ed3d297558c15b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.