Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
SOLICITATION NOTICE

70 -- SIMULATION SOFTWARE

Notice Date
7/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
108-0016-13
 
Archive Date
8/2/2013
 
Point of Contact
Regina L. Dennis, Phone: 215-233-6553
 
E-Mail Address
regina.dennis@ars.usda.gov
(regina.dennis@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
<OFFADD>USDA, ARS, ERRC; Location Administrative Office; 600 East Mermaid Lane; Wyndmoor, PA 19038 <<SUBJECT>70- SIMULATION SOFTWARE <SOLNBR>108-00016-13 <RESPDATE>07-26-2013 <CONTACT>Point of Contact, Regina Dennis, Purchasing Agent, (215)233-6553, fax (215) 233-6485 United States Department of Agriculture, Agricultural Research Service (ARS), Eastern Regional Research Center, Sustainable Biofuels and Co-Products (SBCP) Reseach Unit in Wyndmoor, PA is seeking to purchase Simulation Software to be furnished and delivered (F.O.B. Destination within Consignee=s Premises) to the USDA, ARS, Eastern Regional Research Center located in Wyndmoor, Pennsylvania; in accordance with the terms, conditions, and specifications contained in this document. The Sustainable Biofuels and Co-Products (SBCP) Research Unit at the Eastern Regional Research Center is in need of modeling software which can accurately compute chemical engineering process models and porperties, for use in process design and simulation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-66), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 511210. The Solicitation number is 108-00016-13 and is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination (shipping included) Simulation Software: Specifications: Simulation Software: A process modeling software is needed which can accurately compute chemical engineering process models and properties, for use in process design and simulation. The software should contain a strong thermodynamic and chemical database from which to take information for computations. The computations in question are based on equations and heuristics that are well-established in the chemical engineering field. A list of chemical engineering processes should include, but not be limited to: -Fluid flow and heat transfer -Heat exchangers of various types -Reactors of various types (batch, plug flow, packed bed) -Separation processes (distillation, cyclones, absorption, extractions) - Thermodynamic properties calculations based on thermodynamic theory The ability to sketch a process diagram and specify unit operation parameters Furthermore, the software should be capable of carrying out simulations to model pyrolysis-type reactions. The purpose is to size equipment for on-the-farm pyrolysissystems, which would convert biomass into fuels and chemicals. Our research objectives are part ofa NIFA-funded BRDI grant(BRDI#USDA-NIFA-9008-003828). These conversion systems would exist as part of a network of distributed processing systems as opposed to a fully centralized system. The software should have capabilities to accurately model relatively small-scale systems, in addition to systems that are on the order of 10 to 20 metric tons per day. In addition to technical support, periodic updates to the software should be made available. It is desired for at least 1 to 2 users torun the software simultaneously. The government would like to extend the offer for two additional option years. Please submit pricing for the two additional option years along with the base year. The articles to be furnished hereunder shall be delivered, all transportation charges paid by the vendor, and in accordance with the FOB designation clause (FAR 52.247-30) to: Eastern Regional Research Center Attn: Shipping & Receivng (Reference the order number) 600 E. Mermaid Lane. Wyndmoor, PA 19038 SECTION 508 - ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (a) This Request for Quotation is subject to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by the workforce Investment Act of 1998 (P.L. 105-220). Specifically, subsection 508(a)(1) requires thatwhenthe Federal Government procures Electronic and Information Technology (EIT), the EITmustallow Federalemployees and individuals ofthe public with disabilities comparable access to and use ofinformation and data that is provided to Federal employees and individuals oft the public without disabilities. (b) The EIT accessibility standards at 36 CFR Part 1194 were developed by the Architectural and Transportation Barriers Compliance Board ("Access Board") and apply to contracts and task/delivery orders, awarded under indefinite quantity contracts on or after June 25,2001. (c) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194), as specified in the contract, as a minimum. If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period oftime to be specified by the Government in writing. If such repair orreplacement is not completed within the time specified, the Government shall have the following recourses: 1. Cancellation ofthe contract, delivery or task order, purchase or line item without termination liabilities; or 2. In the case of custom Electronic and Information Technology (EIT) being developed by a contractor for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm for the noncompliant EIT, with the contractor liable for reimbursement to the Government for any expenses incurred thereby. (d) The contractor must ensure that all EIT products that are less than fully compliant with the accessibility standards are provided pursuant to extensive market research and are the most current compliant products or servicesavailableto satisfy the contract requirements. (e) For every EIT product or service accepted under this contact by the Government that does not comply with 36 CFR 1194, the contractor shall, at the discretion ofthe Government, make every effort to replace or upgradeit with a compliant equivalent product or service, if commercially available and cost neutral, on either a contract specified refresh cycle for the product or service, or on a contract effective option/renewal date; whichever shall occur first. Section 508 Compliance for Communications The Simulation Software shall comply with the standards, policies, and procedures below. In the event of conflicts between the referenced documents and this Request for Quotation shall take precedence. Rehabilitation Act, Section 508 Accessibility Standards 1. 29 U.S.C. 794d (Rehabilitation Act as amended) 2. 36 CFR 1194 (508 Standards) 3. www.access-board.gov/sec508/508standards.htm (508 standards) 4. FAR 39.2 (Section 508) 5. USDA Standards, policies and procedures (Section 508) In addition, all contract deliverables are subject to these 508 standards as applicable. Regardless offormat, all Web content or communications materials produced, including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members ofthe public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content must comply with applicable Section 508 accessibility standards, and where applicable, those setforth in the referenced policy or standards documents above. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the Request for Quotation, shall be the responsibility ofthe contractor or consultant. The following Section 508 provisions apply to the content or communications material identified in mis Request for Quotation: 36 CFR Part 1194.21 a- 1 36 CFR Part 1194.22 a- p 36 CFR Part 1194.31 a- f 36 CFR Part 1194.41 a- c The contractor shall provide a completed Section 508 Product Assessment Template andthe contractorshall state exactly how proposed EIT deliverable(s) meet or does not meet the applicable standards. The following Section 508 provisions apply for software development material identified in this SOW, PWS, or TO: Forsoftware development, the Contractor/Developer/Vendor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards (1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFR Part 1194.21 (a -1) 36 CFR Part 1194.31 (a -f) 36 CFR Part 1194.41 (a -c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures(Section 508) a. Information Technology - General Information http://www.ocio.usda.gOv/508/index.html#resources For web-based applications, the Contractor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards(1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFRPart 1194.22 (a-p) 36 CFR Part 1194.41 (a -c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures (Section 508) a. Information Technology - General Information http://www.ocio.usda.gOv/508/index.html#resources Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipments components and availability. The statement and literature must be submitted to the Contracting Office Address at the dayandtime specified in the synopsis. Thisis not a request for proposal. No solicitation is available. The items to be furnished shall be labeled with the purchase ordernumber and delivered, all transportation charges paid by the Contractor in accordance withthe F.O.B. Destination Clause to USDA, ARS, Eastern Regional Research Center. Theprovision at 52.217-5 Evaluation of Options (July 1990) applies to this acquisition. ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (Feb 2012), applies to this acquisition. FARClause 52.212-1, is amended to include the following clauses by reference: 1. Submission of Offers is amended to include the following: Submit yourquotation and descriptive literature on the proposed software, and the Certifications at FAR52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE, a) Technical Capability will be based on technical features, and product literature. Each offer is required to submit descriptive literature and documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications, b) Price includes software,discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above, c) Offerors shall include a complete copy ofthe provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (Dec 2012), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012), applies to this acquisition. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery ofall items. The Invoice shall be mailed to: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, ATTN: Regina Dennis. USDA, ARS, Eastern Regional Research Center plans to award forth in the referenced policy or standards documents above. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the Request for Quotation, shall be the responsibility ofthe contractor or consultant. The following Section 508 provisions apply to the content or communications material identified in mis Request for Quotation: 36 CFR Part 1194.21 a- 1 36 CFR Part 1194.22 a- p 36 CFR Part 1194.31 a- f 36 CFR Part 1194.41 a- c The contractor shall provide a completed Section 508 Product Assessment Template andthe contractorshall state exactly how proposed EIT deliverable(s) meet or does not meet the applicable standards. The following Section 508 provisions apply for software development material identified in this SOW, PWS, or TO: Forsoftware development, the Contractor/Developer/Vendor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards (1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFR Part 1194.21 (a -1) 36 CFR Part 1194.31 (a -f) 36 CFR Part 1194.41 (a -c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures(Section 508) a. Information Technology - General Information http://www.ocio.usda.gOv/508/index.html#resources For web-based applications, the Contractor shall comply with the standards, policies, and procedures below: Rehabilitation Act,a single, firm-fixed price contract to the offerorwhose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer. This contract incorporatesone or more clauses by reference, with the same force and affect as ifthey were given in full text. The full text ofthese clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.214-21, Descriptive Literature ( Apr 2002); 52.214- 34, Submission ofOffers in the English Language (Apr 1991); 52.214-35 Submission ofOffers in U.S. Currency (Apr 1991); 52.247-35, F.O.B. Destination, Within Consignee=s Premises (APR 1984); 52.212-5, ContractTerms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2013); 52.232-33 Payment By Electronic Funds Transfer -Central Contractor Registration (Oct 2003), 52:233-4 Applicable Law for Breach of Contract (Oct 2004), appliesto this acquisition. Responses are due by 4:00 p.m. local time, on July 26,2013, at the USDA, ARS, Eastern Regional Research Center, Location Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Purchasing Agent, (215) 233-6553 or fax (215) 233-6485
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/108-0016-13/listing.html)
 
Place of Performance
Address: USDA, ARS, ERRC, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
Zip Code: 19038
 
Record
SN03107309-W 20130705/130703235243-091dc35c51f012318a597e3b888b0cb1 (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.