Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2020 SAM #6961
SOLICITATION NOTICE

J -- Model Based Engineering Environment and Product Lifecycle Management Tool

Notice Date
12/18/2020 5:01:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
80MSFC20Q41979
 
Response Due
1/8/2021 2:00:00 PM
 
Archive Date
02/28/2021
 
Point of Contact
Lizette Kummer, Phone: 2565443457, Kathy Cooper, Phone: 2569610159
 
E-Mail Address
lizette.m.kummer@nasa.gov, kathy.cooper@nasa.gov
(lizette.m.kummer@nasa.gov, kathy.cooper@nasa.gov)
 
Description
This Amendment 02 extends the receipt date for proposals from�January 4, 2021 to January 8, 2021.� Revises this�combined synopsis/solicitation to incorporate the Instuctions to Offerors from the RFQ, and to add proposal submission requirements and pricing requirements, changes are indicated�in italics; attaches�a revised PLM RFQ�Amendment 02 with changes to�pages 2, 12 and 34; attaches a revised PLM RFQ�Attachment A MBE Requirements Amendment 02, changes are indicated by a change bar on the right margin.�Additinally , this Amendment 02�provides and�incorporates the Synopsis.Sol Questions and Responses 80MSF20Q41979 attached. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate�solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) 80MSFC20Q41979 for the purchase of one (1) Product Life Cycle Management and associated tools for Model Based Environment for the MarshallSpace Flight Center. The provisions and clauses in the RFQ are those in effect through FAC 2005-10. This procurement is ""Full and Open Competition"".� All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the Online System for Award Management (SAM) and Online Representations and Certifications Application Databases prior to award. Or Equal to� products or services can be quoted and will be evaluated to determine if they meet technical acceptability of the requirement(s) in this RFQ. The NAICS Code and business size standard for this procurement are 541519/$30,000,000.00 respectively. The Offeror shall state in their offer their size status for this procurement. Offeror�s shall be registered in the System Award Management (SAM) data base and have the NAICS code listed above in order to be considered for award. Any product delivery to MSFC, Central Receiving, Building 4631, Saturn Rd, MSFC, AL 35812 shall be specified as FOB Destination. Offers submitted on a basis other than F.O.B, Destination will be rejected as non-responsive. Offers for the Product Life Cycle Management for MBE�are due by 4:00 PM CST January 8, 2021 to Wyatt Farrior, SSC, at charles.w.farrior@nasa.gov, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative in block 30a., 30b. The item(s) described in the RFQ will be provided on the completed Standard Form1449 Contract/Order for Commercial Items form to include Continuation Sheet Optional Form 336 columns (C )- (F) by CLIN* see RFQ attached. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1 (Oct 2018), Instructions to Offerors-Commercial Items. If the end product(s) offered are other than domestic products as defined in the clause ""Buy American Act Supplies"" the offeror shall so state and shall list the country of origin. All Offerors shall include completed copies of the provision at 52.212-3 (Aug 2018), Offeror Representations and Certifications - Commercial Items with their offer, or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4 (Oct 2018), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Jan 2020), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable MSFC 52.211-94 PERIOD OF PERFORMANCE (MAY 2017), The period of performance for this contract is 1 year from date of award with 6 months allotted for installation and configuration, and 1 year allotted for integration and�customization�see RFQ attached. Offerors must provide a published catalog price listing showing prices of proposed products or a previous purchase order put into place within the past year for the same PLM being offered for consideration traceable to each of the CLIN prices proposed. Offers must include a detailed implementation and phasing plan in response to CLIN 002. Offers must include a listing of licenses, maintenance, integration, and customization products for CLINS 001 and 003. Technical acceptability will be determined by review of information submitted by the offeror which must provide capabilities to provide the services that meets the Government's requirements attached to this posting. Technical acceptability for CLIN 001 & 003 will include a review of the listing of all products priced . Technical acceptability for CLIN 002 will include review of the detailed implementation, and phasing plans. *Pricing on the Continuation sheet Optional Form 336 attached for CLINS 001&003 shall be rolled up at the total level in columns C-F by CLIN and broken out by CLIN into a listing of licenses, maintenance, integration, and customization products, and their associated unit, quantity, and prices. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . This posting, is available on www.beta.sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation, attachments, and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be in writing via e-mail to charles.w.farrior@nasa.gov no later than 4:00 PM CST December 10, 2020. Telephone questions will not be accepted. Any technical questions will be answered by posting on beta.sam.gov.� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic offer by the due date and time specified for this RFQ shall result in the proposal being considered late and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2018). The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation, is the lowest priced, technically acceptable offer. NASA has identified Model Based Engineering (MBE) as a key Digital Transformation capability to improve quality of designs, reduce risks, improve schedules, and reduce costs. Consistent with these Agency objectives, the MSFC Engineering Organization requires the capability for a Model Based Engineering (MBE) environment for design, analysis, simulation, and manufacturing. A complement of tightly coupled products and services is required to achieve the desired model associativity and efficiencies provided by an integrated design suite of tools. MSFC MBE Environment Requirements:� See PLM RFQ Attachment A MBE requirements Amendment 02 attached.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10446e3a5ad7461e99d608ad8f95d2a3/view)
 
Place of Performance
Address: Huntsville, AL 35812, USA
Zip Code: 35812
Country: USA
 
Record
SN05877584-F 20201220/201218230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.