Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOLICITATION NOTICE

D -- HYPERSIZER SOFTWARE AND MAINTENANCE SUPPORT SERVICES

Notice Date
6/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, StennisSpace Center, MS 39529-0001
 
ZIP Code
39529-0001
 
Solicitation Number
NNX15MC94Q
 
Response Due
6/17/2015
 
Archive Date
6/10/2016
 
Point of Contact
Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov
 
E-Mail Address
Eli Ouder
(eli.c.ouder@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Shared Services Center (NSSC) has a requirement issue a sole source Blanket Purchase Agreement (BPA) to Collier Research and Development Corporation for HyperSizer software products and services. HyperSizer is Design, Analysis, and Optimization Software for Composite and Metallic Structures. This unified software standardizes the design process by automating tasks. The three main HyperSizer products are Material Manager, Basic, and Pro. HyperSizer is used throughout the design process to avoid unexpected design problems and weight growth as the design matures. This process includes the certification process to quantify all critical failure modes, reduce structural weight, and sequence composite laminates for fabrication to avoid unexpected design problems and weight growth as the design matures. It provides a complete computer-aided engineering (CAE) software interface that is used from preliminary design to final analysis in support of Center missions and projects. NASA/NSSC intends to issue the BPA under the sole source authority of FAR 13.106(b)(1)(i) and 41 U.S.C. 1901, as implemented by FAR 13.5 Test Program for Certain Commercial Items when only one responsible source and no other supplies or services will satisfy agency requirements. The period of performance will include a one year base period with 4 one year option periods. This notice 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; a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-81. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. The NAICS Code is 511210 and the size standard $38,500,000.00. The following clauses and provisions are applicable to this combined synopsis/solicitation: 52.212-1, Instructions to Offerors; 52.212-3 Offeror Representations and CertificationsCommercial Items; 52.212-4 Contract Terms and ConditionsCommercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 12:00 p.m. Central Standard Time on June 17, 2015. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX15MC94Q/listing.html)
 
Record
SN03760038-W 20150612/150610235631-e5188c7194976de2d11fce84a08fa43f (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.