SOLICITATION NOTICE
70 -- ISIGHT-FD SOFTWARE LICENSE AND MAINTENANCE
- Notice Date
- 2/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07187065Q
- Response Due
- 2/20/2007
- Archive Date
- 2/7/2008
- Small Business Set-Aside
- N/A
- Description
- This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for the purchase of two (2) each iSIGHT LICENSES WITH ONE (1) YEAR MAINTENANCE FOR EACH. The MULTI-DISCIPLINE ANALYSIS & OPTIMIZATION FRAMEWORK SOFTWARE shall have the following specifications: The software shall support concurrent development and run-time execution for two developers and two users of Multi-Discipline Analysis and Optimization applications. Said licenses will be floating to enable a large group to the access and use one of the developer or runtime licenses, but only two users shall have concurrent access. Software shall support the development of Multi-Discipline Analysis and Optimization applications. A component-based architecture is a critical requirement for these MDAO applications. Components are defined as tool-specific integration interfaces that can be created or customized without revising or recompiling the main application code. Any component integration development tools shall be included in the licenses. The Software shall provide the capability to optimize overall system and subsystem analysis in a manner that enables "non-experts" to access a variety of optimization algorithms. Software shall also enable parallel workflow computations coupled to optimization algorithms. Software shall provide an embedded database for analysis of optimization results. Software shall provide three-dimensional visualization tools that, at a minimum, provide surface plots of MDAO results. Software shall provide a Monte Carlo based iterative procedure MDAO. All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of a contract or purchase order. Register at http://www.ccr.gov. . The provisions and clauses in the RFQ are those in effect through FAC 05-15. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541511 and $23.0M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by 4:30 p.m. EST, February 21, 2007 and may be mailed or faxed to NASA GLENN RESEARCH CENTER, Attn: Joan V. Haug, Mail Stop 500-305, 21000 Brookpark Rd., Cleveland, OH 44135-3127 (fax number 216-433-5489) 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be received via email to joan.v.haug@nasa.gov not later than February 15, 2007. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the govenment with consideration given to the factors of proposed technical merit, price and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#123504)
- Record
- SN01228005-W 20070209/070207221455 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |