Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
SOLICITATION NOTICE

70 -- Service and Maintenance for Thermo-Calc Software, DICTRA module, TC-PRISMA module, and TC-Python for three (3) years

Notice Date
4/26/2024 5:07:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-24-Q-0125
 
Response Due
5/2/2024 8:59:00 AM
 
Archive Date
05/17/2024
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@army.mil
(adrian.t.barber.civ@army.mil)
 
Description
(i)� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE 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 Thermo-Calc Software Inc., 4160 Washington Rd., STE 230, Canonsburg, PA 15317-2533.� 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. ������������������� (ii)� The solicitation number is W911QX-24-Q-0125. This acquisition is issued as a request for quotation (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04. ������������������� (iv)� The associated NAICS code is 513210. The small business size standard is $47,000,000.00. ������������������� (v)�� 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: 1-User NWL Maintenance and Support Thermo-Calc. Period of Performance (PoP): 09/30/24-09/29/25. Product Code: 3201 CLIN 0002: Add�l User NWL Maintenance and Support Thermo-Calc. PoP: 09/30/24-09/29/25. Product Code: 3301 CLIN 0003: 1-User NWL Maintenance and Support Diffusion Module (DICTRA). PoP: 09/30/24-09/29/25. Product Code: 3202. CLIN 0004: Add�l User NWL Maintenance and Support Diffusion Module (DICTRA). PoP: 09/30/24-09/29/25. Product Code: 3302 CLIN 0005: 1-User NWL Maintenance and Support Precipitation Module (TC-PRISMA). PoP: 09/30/24-09/29/25. Product Code: 3203 CLIN 0006: Add�l User NWL Maintenance and Support Precipitation Module (TC-PRISMA). PoP: 09/30/24-09/29/25. Product Code: 3303 CLIN 0007: 1-User NWL Maintenance and Support TC-Python. PoP: 09/30/24-09/29/25. Product Code: 3206 CLIN 0008: Add�l User NWL Maintenance and Support TC-Python. PoP: 09/30/24-09/29/25. Product Code: 3306 CLIN 0001AA: Option Year 1, 1-User NWL Maintenance and Support Thermo-Calc. Period of Performance (PoP): 09/30/25-09/29/26. Product Code: 3201 CLIN 0002AA: Option Year 1, Add�l User NWL Maintenance and Support Thermo-Calc. PoP: 09/30/25-09/29/26. Product Code: 3301 CLIN 0003AA: Option Year 1, 1-User NWL Maintenance and Support Diffusion Module (DICTRA). PoP: 09/30/25-09/29/26. Product Code: 3202. CLIN 0004AA: Option Year 1, Add�l User NWL Maintenance and Support Diffusion Module (DICTRA). PoP: 09/30/25-09/29/26. Product Code: 3302 CLIN 0005AA: Option Year 1, 1-User NWL Maintenance and Support Precipitation Module (TC-PRISMA). PoP: 09/30/25-09/29/26. Product Code: 3203 CLIN 0006AA: Option Year 1, Add�l User NWL Maintenance and Support Precipitation Module (TC-PRISMA). PoP: 09/30/25-09/29/26. Product Code: 3303 CLIN 0007AA: Option Year 1, 1-User NWL Maintenance and Support TC-Python. PoP: 09/30/25-09/29/26. Product Code: 3206 CLIN 0008AA: Option Year 1, Add�l User NWL Maintenance and Support TC-Python. PoP: 09/30/25-09/29/26. Product Code: 3306 CLIN 0001AB: Option Year 2, 1-User NWL Maintenance and Support Thermo-Calc. Period of Performance (PoP): 09/30/26-09/29/27. Product Code: 3201 CLIN 0002AB: Option Year 2, Add�l User NWL Maintenance and Support Thermo-Calc. PoP: 09/30/26-09/29/27. Product Code: 3301 CLIN 0003AB: Option Year 2, 1-User NWL Maintenance and Support Diffusion Module (DICTRA). PoP: 09/30/26-09/29/27. Product Code: 3202. CLIN 0004AB: Option Year 2, Add�l User NWL Maintenance and Support Diffusion Module (DICTRA). PoP: 09/30/26-09/29/27. Product Code: 3302 CLIN 0005AB: Option Year 2, 1-User NWL Maintenance and Support Precipitation Module (TC-PRISMA). PoP: 09/30/26-09/29/27. Product Code: 3203 CLIN 0006AB: Option Year 2, Add�l User NWL Maintenance and Support Precipitation Module (TC-PRISMA). PoP: 09/30/26-09/29/27. Product Code: 3303 CLIN 0007AB: Option Year 2, 1-User NWL Maintenance and Support TC-Python. PoP: 09/30/26-09/29/27. Product Code: 3206 CLIN 0008AB: Option Year 2, Add�l User NWL Maintenance and Support TC-Python. PoP: 09/30/26-09/29/27. Product Code: 3306 ������������������� (vi) �Description of requirements: C.1 Background: The Metals Branch (MB) of the United States Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL) requires maintenance and support for the Thermo-Calc Software package is currently being used by the Government. This software allows for the calculation of thermodynamic phase diagrams, thermochemical data, phase transformation temperatures and driving forces, diffusion, precipitation, and solidification. The TC-Python interface alloy for integration of the Thermo-Calc software with other software�s to enable high throughput material design and integrated computational materials engineering. C.2 Objective: The object of this effort is to establish a contract vehicle to support DEVCOM ARL�s MB by providing maintenance and support of the Thermo-Calc Software package. C.3 Requirement: The Contractor shall provide maintenance and support that encompass: C.3.1 Shall provide maintenance and support for two (2) users on the Thermo-Calc software for a period of three (3) years. C.3.2 Shall provide maintenance and support for two (2) users on the Diffusion Module for a period of three (3) years. C.3.3 Shall provide maintenance and support for two (2) users on the Precipitation Module for a period of three (3) years. C.3.4 Shall provide maintenance and support for two (2) users for the TC-Python interface for a period of three (3) years. C.3.5 Maintenance and support is defined as: ��������� (i) assistance to correct errors in the Software or provide means to circumvent such errors (ii) updates of the Software (iii) advice and help, up to a maximum of five (5) hours per year, to use the Software for a particular application, including using the Software�s user interfaces, and (iv) a new license key if the Customer uses a new computer. C.3.6 Shall provide updated versions of the Thermo-Calc Software as they are released via internet download, emailed to the Government representative at heather.a.murdoch.civ@army.mil. C.4 Non-Personal Services: ARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012) The contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except those furnished by the Government) to accomplish tasks of the type set forth in the PWS. Contractor employees performing services under this contract shall be controlled, directed, and always supervised by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in this PWS and as required by the Contracting Officer (KO) or the Contracting Officer's Representative (COR). Contractor employees shall perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR).� The Government shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks. C.5 Place of Performance: The maintenance and support to be provided under this contract shall be accomplished at Aberdeen Proving Ground, Maryland 21005. C.6 Period of Performance: The period of performance (PoP) of this contract is one (1) base year of maintenance and support of Thermo-Calc Software package with a 12-months PoP and two (2) option periods with a 12-months PoP each. YEAR POP BEGIN DATE END DATE Base Year 12-months 30 September 2024 29 September 2025 Option Year 1 12-months 30 September 2025 29 September 2026 Option Year 2 12-months 30 September 2026 29 September 2027 �������� (vii) Delivery is required by 30 September 2024.� Delivery shall be made to U.S. Army Research Laboratory at APG, Metals Branch, Building 4600, Room S110, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Government site (Army Research Laboratory, APG, MD). �The FOB point is Destination. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE.� ������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A . ������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ������������������� (xi)� 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.� ������������������� (xii)� 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: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020) 52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (NOV 2023) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEPT 2016) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: *252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DoD OFFICIALS, AS PRESCRIVED IN 203.171-4(b) 252.204-7015, DISCLOSURE OF INFORMATION OF LITGATION SUPPORT CONTRACTORS, AS PRESCRIVED IN 204.7403(c), TO COMPLY WITH 10 U.S.C. 129d. *252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION. *252.204-7017, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION. 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERDED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES. 252.204-7022, EXPEDITING CONTRACT CLOSEOUT. 252.223-7008, PROHIBITION OF HEXAVALENT CHRMIUM, AS PRESCRIBED IN 223.7306. 252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES, AS PRESCRIBED IN 225.1103(4). 252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS, AS PRESCRIVED IN 244.403. 252.246-7008, SOURCES OF ELECTRONIC PARTS, AS PRECRIBED IN 246.870-3(b), TO COMPLY WITH SECTION 818(c)(3) OF PUB. L. 112-81, AS AMENDED BY SECTION 817 OF THE NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2015 (PUB. L. 113-291). 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA, AS PRESCRIBED IN 247-574(b)(1), TO COMPLY WITH CARGO PREFERENCE ACT OF 1904 (10 U.S.C. 2631(a)).�� ���������������������������������������������������������������������������������������������������������� ������������������� (xiii)� 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): FAR Provisions: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.252.-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR/DFARS Clauses: 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.213-2, INVOICES (APR 1984) 52.232-39, UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.243-1, CHANGES�FIXED PRICE (AUG 1987) 52.247-34, F.O.B. DESTINATION (NOV 1991) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) *252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) Adelphi Local Instructions: PROVISIONS: Exceptions In Proposal Award of Contract Adelphi Contr. Division URL Foreign Nationals Performing Payment Terms Solicit Only One Source LOCAL CLAUSES: ACC - APG Point of Contact Technical Point of Contact Type of Contract Gov Inspection and Acceptance Tax Exemption Cert. (ARL) Receiving Room Requirement - APG DFARS Commercial Clauses� ������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv)� The following notes apply to this announcement:� The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. ������������������� (xvi)� Offers are due Five (5) business days after posting, by 11:59 am, via email to Contract Specialist, Adrian Barber at adrian.t.barber.civ@army.mil. ������������������� (xvii)� For information regarding this solicitation, please contact Contract Specialist, Adrian Barber at adrian.t.barber.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f0e09fb8e574b55a4011437a9803595/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07044572-F 20240428/240426230047 (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.