Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

D -- KSC NASA SOLE SOURCE FOR FLOW-3D ANNUAL LICENSES AND MAINTENANCE

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK11373014Q
 
Response Due
2/14/2011
 
Archive Date
2/7/2012
 
Point of Contact
Alissa N. Mandernack, Contract Specialist, Phone 321-867-3380, Fax 321-867-4848, Email alissa.mandernack@nasa.gov
 
E-Mail Address
Alissa N. Mandernack
(alissa.mandernack@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation is a sole source acquisition notice forcommercial items prepared in accordance with FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.Kennedy Space Center (KSC) has a requirement for annual FLOW-3D licenses. This notice isbeing issued as a Sole Source Request for Quotation to Flow Science, Inc., Santa Fe, NMfor the following:Item 1: Leased license for three solver tokens, including maintenance service, forFLOW-3D computational fluid dynamics software. Period of Performance: March 24, 2011 through June 30, 2012Item 2: Leased license for one standard solver token and fifteen rank tokens for thedistributed memory version of FLOW-3D known as FLOW-3D/MP.Period of Performance: June 30, 2011 through June 30, 2012Flow Science is the only source of the FLOW-3D software. FLOW-3D software is currentlyused for thermal flow modeling in support of the Launch Services Program. NASA hasdesigned and developed models and processes using the FLOW-3D software. It is in the bestinterest of the Government to procure the FLOW-3D licenses from Flow Science, Inc. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 10:00am time on February 14, 2011. Such detailed capabilities andqualifications must demonstrate in writing the ability to meet this requirement and willbe evaluated solely for the purpose of determining whether or not to conduct thisprocurement on a competitive basis. A determination by the Government not to compete thisproposed effort on a full and open competition basis, based upon responses to thisnotice, is solely within the discretion of the government. Questions must be received in writing (email) by 12:00pm EST on February 9, 2011 to theidentified point of contact.Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. An Ombudsman hasbeen appointed. See NASA Specific Note 'B'. The provisions and clauses in the RFQ are those in effect through FAC 2005-48.In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Code and the small business size standard for this procurement are 511210, 500employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by 10:00am EST on February 14, 2011 toNASA-KSC, Attn: alissa.matthews@nasa.gov, OP-LS, KSC, FL 32899 oralissa.matthews@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Jan 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmIf an offer is submitted in response to this synopsis, it must include completed copiesof the provision at 52.212-3, Offeror Representations and Certifications - CommercialItems, with their offer. These may be obtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11373014Q/listing.html)
 
Record
SN02374787-W 20110209/110207234521-60a1c8d958199133264dd8d6d2e7e01a (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 |
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.