SOLICITATION NOTICE
D -- MATLAB MAINTENANCE AND LICENSING RENEWAL - COMBINED SYNOPSIS/SOLICITATION
- Notice Date
- 2/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH2215Q00007
- Point of Contact
- Yvonne Green, Phone: 2023667204, Vincent C. Lynch,
- E-Mail Address
-
yvonne.green.ctr@dot.gov, vincent.lynch@dot.gov
(yvonne.green.ctr@dot.gov, vincent.lynch@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION **PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED** (i) This 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; proposals are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most current information in reference to this acquisition. (ii) The solicitation number for this procurement is DTNH2215Q00007and is issued, as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-78. (iv) The North American Industry Classification System (NAICS) code associated with this procurement is 541511. The small business size standard is $27.5 Million. This procurement has not been set-aside for small business participation. (v) Contract Line Item Numbers (CLINS). NHTSA intends to award a Firm Fixed-Price. B.1 Price Schedule: Base Period: Y e a r One ( 1) c osts sh a ll c o v e r the p e r iod fr om the e f f ec tive d a te o f c ont r a ct a w ar d th r o u g h t w e lve ( 1 2) months th ereaf t er. From: 03/01/2015 To: 02/29/2016 BASE PERIOD, YEAR 1 CEILING: TBD Item Description: Software Maintenance Renewal License Number: 705603 Commercial Perpetual Individual Line Item Number Item Description Qty Unit Unit Price Total Extended Price 1 MATLAB Maintenance (SUBML) 12 Mo 1 Simulink Maintenance (SUBSL) 12 Mo 1 MATLAB Coder Maintenance (SUBME) 12 Mo 1 Simulink Coder Maintenance (SUBRT) 12 Mo 1 Simulink Real-Time Maintenance (SUBXP) 12 Mo Item Description: Software Maintenance Renewal License Number: 599618 Commercial Perpetual Individual Line Item Number Item Description Qty Unit Unit Price Total Extended Price 1 MATLAB Maintenance (SUBML) 12 Mo 1 MATLAB Complier Maintenance (SUBCO) 12 Mo Item Description: Software Maintenance Renewal License Number: 50884 Commercial Perpetual Concurrent Line Item Number Item Description Qty Unit Unit Price Total Extended Price 10 MATLAB Maintenance (SUBML) 12 Mo 2 Simulink Maintenance (SUBSL) 12 Mo 1 System Identification Toolbox Maintenance (SUBID) 12 Mo 1 Optimization Toolbox Maintenance (SUBOP) 12 Mo 3 Signal Processing Toolbox Maintenance (SUBSG) 12 Mo 1 Symbolic Math Toolbox Maintenance (SUBSM) 12 Mo 3 Statistics Toolbox Maintenance (SUBST) 12 Mo (vi)Description of requirements for the items to be acquired. C.1 BACKGROUND The U.S. Department of Transportation, National Highway Traffic Safety Administration's (USDOT/NHTSA) mission is to prevent and reduce deaths, injuries, and economic losses resulting from automotive travel on our nation's roadways. The NHTSA has a requirement to continue use and service support for the product MATLAB Software Maintenance and License Renewal, which the Government presently utilizes as its main analysis tool used by the majority of engineers at NHTSA-VRTC. The MATLAB software analysis tool allows users the ability to both analyze and display data; generating computer code that allows transmission to outside organizations. This ability provides a common means of evaluating vehicle handling, crashworthiness, and biometric data regardless of which organization performs the testing. The engineers at VRTC have been utilizing MATLAB software to perform this work for the past 19 years and is compatible with all of NHTSA's present computer system resources. A suitable COTS package shall support existing NHTSA standard analysis procedures. The COTS package must also support integration within the existing NHTSA computer networking environment. In addition to Section C.3 "General Requirements" and Section C.4 "Specific Requirements" this solicitation employs the use of a "brand name or equal" item description as listed in Section B "The Schedule" to that of the following MATLAB Software Maintenance License renewal products: Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK" or equal; and no other items will do in satisfying this requirement. All Offerors who can provide the stated brand name or equal should submit a proposal (quote) for consideration. C.2 OBJECTIVE The objective is to procure renewal software maintenance support licenses for the following MATLAB products: "Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK," or equal presently in use by NHTSA. A suitable COTS package shall support existing NHTSA-VRTC standard analysis procedures. The COTS package must also support integration within the existing NHTSA-VRTC computer networking environment. In addition to Section C.3 "General Requirements" and Section C.4 "Specific Requirements" this solicitation employs the use of a "brand name or equal" item description as listed in Section B "Schedule" to that of: MATLAB products: "Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK," or equal; and no other items will do in satisfying this requirement. C.3 GENERAL REQUIREMENTS The Contractor shall provide continued use and service support for the product MATLAB Software Maintenance and License Renewal of: "Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK," for a Base period of one (1) year with four (4) 1 year renewal option periods for use in analyzing vehicle handling, crashworthiness, and biometric data. C.4 SPECIFIC REQUIREMENTS The COTS shall meet the following requirements: The Contractor shall provide software maintenance support of MATLAB products: "Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK," or equal to both analyze and display data. The COTS software tool must also generate computer code that allows transmission to outside organizations and support integration within the existing NHTSA-VRTC computer networking environment located at the Vehicle Research Test Center (VRTC) in East Liberty, OH. Additionally, the COTS software must meet the following: C.4.1 Ability to Evaluate Vehicle Handling, Crashworthiness, and Biometric Data Software must be able to seamlessly interface and operate with NHTSA-VRTC software used to evaluate vehicle handling, crashworthiness, and biometric data without additional conversion for data processing, analysis, statistics and visualization training. The COTS software tool shall not require additional time consuming and costly additional services for data conversion, software security verification, and installation. The COTS software must work with VRTC's over 6,000 routines without delays due to conversion or reprogramming services needed. Salient Features and Characteristics Needed Include the following: •· Mathematical computations •· Signal processing •· Implementation of algorithms (routines) •· Algebra •· Programming in other languages •· Data analysis algorithms •· Statistical analysis algorithms •· Data import, export, and conversion tools •· Matrix manipulation •· Data plotting and visualization tools •· Graphical multi-domain simulation •· Model based design for embedded systems •· Creation of user interfaces •· Real-time model simulation for hardware-in-loop testing •· Compiler for code deployment •· Compatibility with other software such as Microsoft Exel, dSpace, and Mechanical Simulation TRUCKSIM •· Additional Tools and functionality to support NHTSA-VRTC vehicle analysis process C.4.2 Compatibility with Existing Tools and Infrastructure for Vehicle Analysis NHTSA-VRTC already makes use of MATLAB products: "Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK software to perform the required analysis of vehicle statistics. Compatibility with existing software is needed to ensure that the infrastructure will continue to be maintained effectively, efficiently, with the added confidence of consistency, standardization, and integration with the technology that is currently in use within the agency to provide the required vehicle analysis. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. D.1 Administrative Consideration D.1.1 Points of Contacts D.1.1.1 Contractor's Project Manager: TBD D.1.1.2 NHTSA COR: TBD U.S. Department of Transportation National Highway Traffic Safety Administration Vehicle Research Test Center (VRTC); Bldg. 60 Logan County 10820 State Rt 347 East Liberty, OH 43319-0337 Phone: (937) 666-XXXX Email: XXX@dot.gov D.2 Place of Performance : East Liberty, OH D.3 Duration of Task : D.3.1 Estimated Period of Performance: The P er iod of P e r f o r m a n c e f or this firm fixed-price contract sh a ll be twelve ( 12) months fr om the a w a r d d a te o f award with four (4) renewable 1 year option periods, th ere b y m a king t he f ull p er iod of p e rf o r m a n c e of this contract s i x t y ( 60) months. There is no obligation by NHTSA to renew this contract beyond the initial fixed order term. D.3.2 Effective: March 01, 2015, this contract will be a firm fixed-price one year contract, through February 29, 2016. (viii) 52.212-1, Instructions to Offerors-- Commercial Items (April 2014). E.1 Solicitation Provisions- FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation and any resulting contract incorporates one or more provisions and clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://www.aquisition.gov/far/) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses. (ix) 52.212-2, Evaluation--Commercial Items (OCT 2014). As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (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: Listed in descending order of importance: (a.i) Section C.3, "General Requirements" (a.ii) Section C.4, "Specific Requirements" (a.iii) Past Performance, and (a.iv) Price. All evaluation factors other than price, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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) 52.212-3, Offeror Representations and Certifications--Commercial Items (DEC 2014). (xi) 52.212-4, Contract Terms and Conditions-- Commercial Items (DEC 2014). (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (DEC 2014). (xiii) Special Contract Clauses and Provisions. E.2 FAR Part 52.217-8 Option to Extend Services. (NOV 1999) As prescribed in 17.208 (f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (insert the period of time within which the Contracting Officer may exercise the option)]. (End of clauses) E.3 FAR Part 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208 (g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) E.4 SPECIAL PROVISIONS Seat Belt Use Policies and Programs In accordance with Executive Order 13043, the recipient of this award is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. Information on how to implement such a program or statistics on potential benefits and cost-savings to companies or organizations, can be found in the Click It or Ticket section on NHTSA's website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in Washington, DC dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user-friendly program kit and an award for achieving the goal of 90 percent seat belt use. NETS can be contacted at 1 (888) 221-0045, or visit its web site at www.trafficsafety.org. This Special Provision shall be included in all contracts, subcontracts, and assistance agreements entered into by the recipient under this award. (xiv) Defense Priorities and Allocations System (DPAS) N/A = Not Applicable (xv) Date, time and place offer are due. Proposals shall be transmitted electronically via email to Yvonne Green (with a courtesy copy to Vincent Lynch) on or before Friday, February 27, 2015, not later than 1:00 pm EST. (xvi) Name and Telephone of individual to contact for more information. ADDITIONAL INFO: Questions pertaining to the is acquisition should address to Yvonne Green, Contract Specialist, via email at Yvonne.Green.ctr@dot.gov with a courtesy copy to Vincent Lynch, Contracting Officer via email Vincent.Lynch@dot.gov, as soon as possible but not later than 4:00 pm, EST, Thursday, February 26, 2015. Phone calls will not be entertained.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH2215Q00007/listing.html)
- Place of Performance
- Address: East Liberty, Ohio, 43319-0337, United States
- Zip Code: 43319-0337
- Zip Code: 43319-0337
- Record
- SN03652808-W 20150228/150226234638-a2a6aae3f310ebb695a54c0005817e96 (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 |