Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2025 SAM #8655
SOLICITATION NOTICE

70 -- US3D Software Maintenance

Notice Date
8/5/2025 12:03:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017825Q6861
 
Response Due
8/10/2025 9:00:00 AM
 
Archive Date
08/25/2025
 
Point of Contact
James Embrey, Phone: 5404985241
 
E-Mail Address
james.d.embrey3.civ@us.navy.mil
(james.d.embrey3.civ@us.navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6861 Submitted by: James Embrey NAICS Code: 513210 FSC/PSC Code: 7A21 Anticipated Date to be published in SAM.gov: 08/05/2025 Anticipated Closing Date: 8/10/2025 Contracts POC Name: James Embrey Telephone#: 540-498-5241 Email Address: james.d.embrey3.civ@us.navy.mil Code and Description: NSWCDD US3D Software Maintenance This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Synopsis/Solicitation N0017825Q6861 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following products manufactured by The University of Minnesota and solely provided by VirtusAero LLC.: Part number WS NL US3D Workstation Version, Part Number CL NU US3D Cluster Version, Part Number CLFL US3D Cluster Version. VirtusAero LLC is located in Minneapolis, MN. The Offeror shall ensure they can provide the requirements listed in the attached Requirements List. The required software and maintenance is currently installed and in use. The introduction of any other manufacturer�s software will cause nine months for software selection and installation, 3 months for training and integration into workflow, and 3 months for validation and comparison. This delay of 15 months will cause program slip and will require a significant outlay of personnel cos The required software is exclusive to The University of Minnesota/VirtusAero LLC. Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price. All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 10 August 2025, no later than 12:00 p.m. EST with an anticipated award date by 24 August 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to james.d.embrey3.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6861 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8334069584c84fb4a9a67f9a1dfcdaa1/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN07537583-F 20250807/250805230051 (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.