SOLICITATION NOTICE
34 -- ESPRIT Computer Aided Manufacturing (CAM) programming software and associated maintenenace agreements.
- Notice Date
- 5/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-12-P-0047
- Response Due
- 5/25/2012
- Archive Date
- 7/24/2012
- Point of Contact
- Robert Waible, 757-878-2062
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(robert.waible@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This is a non-competitive action in accordance with FAR 13.106-1(b). This solicitation document (W911W6-12-P-0047) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, dated 12 May 2012. The applicable NAICS code is 511210. The small business size standard is $25,000,000. This acquisition has been designated as unrestricted. The U.S. Army Contracting Command (CCAM-RDT) intends to purchase two (2) core modules of ESPRIT Computer Aided Manufacturing (CAM) programming software as well as various options which include a 1-year software maintenance agreement for each seat, for the Aviation Applied Technology Directorate's (AATD) Experimental Fabrication Branch. The software will be used to generate numeric G-code programs for 5 axis Computer Numerically Controlled (CNC) machines that are used to manufacture prototype hardware. The software must be capable of importing data in a variety of formats to include Parasolid solid modeler, ACIS solid modeler, NURBS surface modeler, STL modeler, 2D/3D wire frame modeler, Drawing, dimensioning, and annotations. The software must also be able to import native ProEngineering three dimensional solid models, to allow the user to produce G code numeric programs for 2.5 axis, 3 axis, 4 axis rotary, and five axis simultaneous machining on a variety of machine tools. This acquisition also includes a renewal of a one (1) year maintenance agreement for five (5) existing seats of ESPRIT software to provide phone support and software updates. ESPRIT software meets all specific requirements to match existing machine tools, specific operations, and rapid prototyping methods utilized by AATD's Experimental Fabrication Branch. The intended source is DP Technology Corporation located at 1150 Avenida Acaso; Camarillo, CA 93012-8719. DP Technology Corporation is the developer of ESPRIT software, and provides the enhancements, technical support, and training. DP Technology Corporation is the only vendor that can supply this ESPRIT CAM software that will meet all of the Experimental Fabrication Branch's requirements. The evaluation criteria is Lowest Price Technically Acceptable (LPTA). Army Contracting Command (ACC) intends to award a Firm-Fixed-Price contract with a desired delivery of 10 days after the receipt of contract. Delivery of this programming software is intended for U.S. Army Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, Va. 23604. Inspection/Acceptance and FOB Point are destination, AATD, Fort Eustis, Va. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial items, Alternate I with its offer. The following FAR Clauses are applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, of Proposed for Debarment; 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; 52.219-28, Post-Award Small Business program Representation; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; and 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. The following clauses cited within FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited within 252.212-7001 apply: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea, Alt III. The following DFARS clauses apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; As previously noted, the intended source of supply for this acquisition is DP Technology Corporation. Specifications relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due 25 May 2012, by 3:00 P.M. Eastern Standard Time. DP Technology Corporation is the only known source, however, interested parties may identify their interest and capability to respond to the requirement, and submit a proposal. All responsible sources that submit an offer will be considered. Submit inquiries regarding this procurement to: Army Contracting Command (ACC), ATTN: Robert Waible (CCAM-RDT), 401 Lee Boulevard, Fort Eustis, Va. 23604-5577; (757)878-2062 or Robert.c.waible.civ@mail.mil or Rhonda Buckanin at (757)878-2071 or Rhonda.m.buckanin.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/196821347163ff32ce53743cfb20b065)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02754097-W 20120523/120522000024-196821347163ff32ce53743cfb20b065 (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 |