SOLICITATION NOTICE
70 -- SOLE SOURCE FOR WIPL-D SOFTWARE
- Notice Date
- 11/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK08221224Q
- Response Due
- 11/27/2007
- Archive Date
- 11/9/2008
- Point of Contact
- Karim F Hourani, Contract Specialist, Phone 321-867-7234, Fax 321-867-4848, Email karim.f.hourani@nasa.gov
- E-Mail Address
-
Email your questions to Karim F Hourani
(karim.f.hourani@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: Sole Source For WIPL-D Software 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, which is issued as a Request for Quotes (RFQ); quotes are being requested and a written solicitation will not be issued. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item (WIPL-D Software) using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for: WIPL-D Software All responsible sources may submit an offer which shall be considered by the agency. Delivery to KSC, FL 32899 is required within 30 days ARO. Delivery shall be FOB Destination. Please indicate delivery date in your response. Delivery to: Transportation Officer, NASA ATTN: PR4200221224, NNK08LA23 J-BOSC Warehouse, Building M6-744 Kennedy Space Center, Florida 32899 Specification: Price: WIPL-D Pro v6.4 (80,000 unkn.) version for 2 dual core CPU machine, 1 each WIPL-D Optimizer v3.51 AW Modeler v4.0, 1 each WIPL-D Microwave Pro v1.1, 1 each Time Domain Solver, 1 each Filter Designer v1.1, 1 each Array Designer v1.0, 1 each WIPL-D is a Frequency Domain Electromagnetics solver with Time Domain capabilities. WIPL-D complements existing toolsets in use by the Launch Services Program (LSP) and will provide the capability for very large complex modeling that involves RF cavity simulation, and Fairing Separation Events. In addition, it adds to existing toolsets the ability to analyze microwave filters and resonators with power dividers. This will allow more accurate analyses when calculating RF link margins for various missions. Lastly, it has a unique optimizer using various statistical techniques to improve the analysis capability of LSP. WIPL-D Software is the only source of the WIPL-D software. The provisions and clauses in the RFQ are those in effect through FAC 2005-20. 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. Offerors shall provide the information required by FAR 52.212-1 (Sep 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: NONE. If the end product(s) offered is other than domestic end product(s) 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 (FEB 2007), Contract Terms and Conditions-Commercial Items and FAR 52.212-5 (Sep 2007), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items are applicable. Addenda to FAR 52.212-4 are as follows: 52.203-6, 52.204-7, 52.209-6, and 52.247-34. Addenda to FAR 52.212-5 are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.52.232-34, 52.233-3, 52.233-4, 52.242-90, and 52.246-15. NFS 1852.219-76, 1852.225-70, 1852.223-72, and 1852.237-73 are applicable. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm You must be registered in CCR to be able get awarded a contract. Registration can be obtained through the Internet at http://www.ccr.gov/ If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled ?Buy American Act?Supplies,? the offeror shall so state and shall list the country of origin. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoter?s will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). All contractual and technical questions must be in writing (e-mail) to Karim F. Hourani not later than November 16, 2007. Telephone questions will not be accepted. All Quotes are due by 1:00 p.m. EST, Tuesday, November 27, 2007, and may be submitted via mail, email, or fax to Karim F. Hourani. MAIL: NASA/Kennedy Space Center, MC: OP-LS, Kennedy Space Center, FL 32899; FAX: 321-867-4848; EMAIL: karim.f.hourani@nasa.gov. Quotes must include solicitation number, FOB destination to this center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Selection and award will be based on best value to the Government. Consideration will be given to the factors of total price, technical capability, and past performance. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, 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)). The NAICS Code is North American Industry Classification System (NAICS) 334210 and $1,000 (in millions) respectively. The quoter shall state in their quotation their size status for this procurement. This procurement is a total small business set-aside. See Note 1. 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. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Please note if this is on a Federal Supply Schedule. 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=76 . 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 link below.
- Web Link
-
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#127786
- Record
- SN01450386-W 20071111/071109224702 (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 |