SOLICITATION NOTICE
70 -- Intent to Solicit Only One Source for Two (2) 12-month licenses of Cadence Microwave Office with two (2) pack MWO Option: EM Simulation tokens offered by Cadence Design Systems, Inc.
- Notice Date
- 9/3/2025 7:58:17 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
- W911QX25Q0108
- Response Due
- 9/5/2025 8:59:00 AM
- Archive Date
- 09/20/2025
- Point of Contact
- Nyshaun Greene, Phone: 5206915586, Zachary Dowling, Phone: 5206729587
- E-Mail Address
-
nyshaun.s.greene.civ@army.mil, zachary.a.dowling2.civ@army.mil
(nyshaun.s.greene.civ@army.mil, zachary.a.dowling2.civ@army.mil)
- Description
- NOTICE: 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 Cadence Design Systems, Inc. 2655 Seely Avenue San Jose, California 95134 CAGE Code: 0B6F5. 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. The solicitation number is W911QX25Q0108. This acquisition is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 7 August 2025. The associated NAICS code is 513210. The small business size standard is $47,000,000.00. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Contract Line Item Number (CLIN) 0001: Two (2) 12-month licenses of Cadence Microwave Office with two (2) pack MWO Option: EM Simulation tokens to include all shipping and receiving costs (FOB Destination) Description of requirements: Two (2) Microwave Office: MMIC Advanced E (part number: MWO228ESC) One (1) Onsite Installation and Training (part number: TW-INSTALL-400) One (1) MWO Option: EM Simulation Token (2 Pack) (part number: TOK120) Delivery: Delivery is a period of performance of one (1) year from date of purchase. Period of performance is located at Army Laboratory Center at 2800 Powder Mill Road, Adelphi, Maryland. Acceptance shall be preformed at Army Laboratory Center, 2800 Powder Mill Road Adelphi, Maryland. Clauses: The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE 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 Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. 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 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 Provisions: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-17, OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020) 52.204-22, ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) 52.219-1, SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024) 52.223-22, PUBLIC DISCLOSURE OF GREENHOUSE GAS EMISSIONS AND REDUCTION GOALS-REPRESENTATION (DEC 2016) FAR Clauses: 52.203-19, PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (NOV 2021) 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) 52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) 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 (NOV 2023) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.226-8, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024) 52.232-1, PAYMENTS (APR 1984) 52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) 52.233-3, PROTEST AFTER AWARD (AUG 1996) 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.247-34, F.O.B. DESTINATION (JAN 1991) DFARS Commercial Provisions: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022) 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 (MAY 2021) 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022) 252.204-7024, NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR 2023) 252.215-7013, SUPPLES AND SERVICES PROVIDED BY NONTRADITIONAL DEFENSE CONTRACTORS (JAN 2023) 252.225-7000, BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) 252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7059, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION�REPRESENTATION (JUN 2023) DFARS Commercial Clauses: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC 2022) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003, CONTROL GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (JAN 2023) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2022) 252.225-7007, PROHIBITION ON QCQUISTION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANOES (DEC 2018) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022) 252.225-7013, Duty-Free Entry (JAN 2025) 252.225-7048, EXPORT CONTROLLED ITEMS (JUNE 2013) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7060, PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION (JUN 2023) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2022) 252.246-7008, SOURCES OF ELECTRONIC PARTS (JAN 2023) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) (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): Adelphi Local Instructions: ACC-APG Point of Contact Technical Point of Contact Solicit Only One Source Type of Contract Distribution Statement A Gov Inspection and Acceptance Tax Exemption Cert (ARL) Payment Instructions Duty-Free Entry Exceptions in Proposal Award of Contract Adelphi Contr. Division URL Foreign National Performing Payment Terms FAR/DFARS Full Text Provisions and Clauses: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-5, Authorized Deviations in Provisions 252.211-7003, Item Unique Identification and Valuation 252.232-7006, Wide Area WorkFlow Payment Instructions (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: Government Terms and Conditions will apply to this contract. In the event of a conflict between an offeror/awardee�s terms and conditions and the Government�s terms and conditions outlined in the resultant contract, the Government�s terms and conditions will take precedence and apply. Ensure your quote document is addressed to Contracting Officer Zachary Dowling, ACC-APG, Adelphi Contracting Division. Ensure your quote document states NET 30 100% Payment upon final inspection/acceptance by the Government. Ensure your quote document states FOB Destination. Ensure your quote document includes any shipping/handling/installation fees. Ensure your quote document includes the CAGE/UEID numbers and corresponding Tax ID number associated with the entity that would be eligible to receive an award for this Government requirement. Ensure your quote document includes a contact POC, phone number, and email address. Provide country of manufacture for items proposed in your quote document. Does your company accept credit card payments WITHOUT any associated charges/fees? NOTE: PayPal is not accepted by the Government. 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 on no later than Five (5) business days after solicitation posting, by 11:59am Eastern Standard Time (EST).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62bc443877164bf4ba108037b9c511be/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN07577127-F 20250905/250903230048 (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 |