Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
SOLICITATION NOTICE

70 -- ANSYS LICENSE - License Requirement

Notice Date
8/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-14-R-ANSYS
 
Archive Date
9/24/2014
 
Point of Contact
Rosita Crawford, Phone: 8017777600
 
E-Mail Address
rosita.crawford@us.af.mil
(rosita.crawford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand name justification ANSYS License Requirement •(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. •(ii) Solicitation Number: FA8201-14-R-ANSYS This solicitation is issued as a request for quotation (RFQ). •(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. •(iv) Contracting Officer's Business Size Selection: Full and Open NAICS Code: 541519 Small Business Size Standard: $27.5M •(v) CLIN 0001 - ANSYS Structural - TECS-1 year license (maintenance) QTY: 2 part number M-ANSYS3 CLIN 0002 - ANSYS nCode DesignLife Standard - TECS-1 year license (maintenance) QTY: 2 part number M-nCode1 CLIN 0003 - ANSYS Geometry Interface for SolidWorks - TECS-1 year license (maintenance) QTY: 2 part number M-ANSYS86 CLIN 0004 - ANSYS DesignModeler - TECS -1 year license (maintenance) QTY: 2 part number M-ANSYS155 CLIN 0005 - ANSYS Rigid Body Dynamics - TECS -1 year license (maintenance) QTY: 1 part number M-ANSYS220 CLIN 0006 - ANSYS DesignXplorer - TECS -1 year license (maintenance) QTY: 1 part number M-ANSYS157 CLIN 0007 - ANSYS Structural - TECS-1 year license (maintenance) QTY: 1 part number M-ANSYS3 CLIN 0008 - ANSYS nCode DesignLife Standard - Paid Up-1 Year license (initial) QTY: 1 part number P-nCode1 CLIN 0009 - ANSYS DesignModeler - Paid Up - 1 Year license (initial) QTY: 1 part number P-ANSYS78 CLIN 0010 - ANSYS Geometry Interface for SolidWorks - Paid Up -1 Year license (initial) QTY: 1 part number P-ANSYS47 CLIN 0011 - ANSYS HPC Pack - Paid Up - 1 Year license (initial) QTY: 2 part number P-HPC1 CLIN 0012 - ANSYS HPC Pacl-TECS - 1 year license (maintenance) QTY: 2 part number M-HPC1 •(vi) Description of item(s) to be acquired: This is a brand name only requirement. The contractor shall deliver ANSYS 1 year license maintenance and upgrade for ANSYS software. The Government intends to award a Firm Fixed Price contract for this requirement. Please also reference the attached Brand name Justification and License spreadsheet. •(vii) Dates and Place of Delivery: N/A (Software Update) •(viii) T he provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 MST, 9 September, 2014 via electronic mail to rosita.crawford@us.af.mil •(ix) 52.212-2: Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets the requirement. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications in the CLIN). The next lowest offer will only be evaluated if the forementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. •(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. •(xi) T he clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. •(xii) T he clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition; and the following FAR clauses cited in the clause are applicable to the acquisition: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (IAW FAR 22.1408(a))(OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 Buy American Act - Supplies (IAW FAR 25.1101(b)(1)(i))(FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a))(JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C.3332). •(xiii) Additional Contract Requirement or Terms and Conditions: 5352.201-9101 OMBUDSMAN (NOV 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) •(xiv) Defense Priorities and Allocations System (DPAS): N/A •(xv) Proposal Submission Information: All questions or comments must be sent to Rose Crawford by email at rosita.crawford@us.mil, NLT 1400 MST, 4 September 2014. Responses to questions will be posted NLT 1400 MST, 5 September 2014. Offers are due by 1400 MST, 9 September 2014 via electronic mail to rosita.crawford@hill.af.mil. •(xvi) For additonal information regarding the solicitation contact Rose Crawford at 801-777-7600. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The Government reserves the right to award without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-14-R-ANSYS/listing.html)
 
Record
SN03484203-W 20140829/140828023320-f947cb038e85191b7fe55aa10458d418 (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.