Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOLICITATION NOTICE

70 -- Notice of Intent to Sole Source: VirtusAero LLC for Two (2) US3D Cluster Version Licenses and Three (3) US3D Trainings

Notice Date
6/7/2022 1:13:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX22Q0114
 
Response Due
6/10/2022 8:59:00 AM
 
Archive Date
06/25/2022
 
Point of Contact
Abigail Conway, Phone: 3013940752, Ashley Eaker
 
E-Mail Address
abigail.r.conway.civ@army.mil, ashley.e.eaker2.civ@army.mil
(abigail.r.conway.civ@army.mil, ashley.e.eaker2.civ@army.mil)
 
Description
NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: INTENT TO SOLE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Synopsys, Inc., Unique Entity ID: K8W2J2DS9FN1, CAGE Code: 0WJ76,�690 E Middlefield Road, Mountain View, California 94043-4024, United States. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. For purposes of this acquisition, the associated NAICS code is 541511. The small business size standard is $30,000,000.00. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity of Two (2) US3D Cluster Version, two (2)-seat floating licenses (CL FL); unlimited cores. Quantity of One (1) US3D Training: 16 hours training, held virtually � first (1st) attendee. Quantity of One (1) US3D Training: 16 hours training, held virtually � second (2nd) attendee. Quantity of One (1) US3D Training: 16 hours training, held virtually � third (3rd) attendee. Specifications/Requirement: N/A Period of Performance: CLIN 0001: Period of performance of One (1) year after award for two (2) US3D Cluster Version, two (2)-seat floating licenses (CL FL); unlimited cores. Period of performance of 16 hours for each of three (3) US3D Training, dates to be determined. Performance/Delivery shall be made to Aberdeen Proving Grounds (APG), MD 21005. Acceptance shall be performed at APG. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. NONE. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. NONE. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7974, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) The following additional contract requirement(s) or terms and conditions apply: FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2021) 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021) 52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2021) ALT I (OCT 2014) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): ADELPHI LOCAL CLAUSE LIST OF SPECIAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2, CLAUSES INCORPORATED BY REFERENCE 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. VIII. The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Place of Performance: Aberdeen Proving Grounds, MD Set Aside:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c533f1246874b8a91ee1faafbf83039/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06350426-F 20220609/220607230103 (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.