Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
MODIFICATION

70 -- SiLENSe Software License Subscriptions

Notice Date
7/30/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0156
 
Response Due
8/7/2015
 
Archive Date
9/28/2015
 
Point of Contact
Christine Chase, 301 394 4012
 
E-Mail Address
ACC-APG - Adelphi
(christine.m.chase10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. (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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (SEP 2003) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 8.405-6(a)(1)(i)(B). The name of the company the Government intends to award a contract to is Semiconductor Technology Research US, Inc., 10404 Patterson Ave., Suite 108, Richmond, VA 23238. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (End of clause) (ii) The solicitation number is W911QX-15-T-0156. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 effective 10 April 2015. (iv) The associated NAICS code is 511210. The small business size standard is $38.5M. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001 - Qty One (1) 1st Single-Node Annual License for Simulator of Light Emitters based on Nitride Semiconductors (SiLENSe), one year period of performance (8/13/2015 - 8/12/2016) CLIN0002 - OPTION Qty One (1) 1st Single-Node Annual License for Simulator of Light Emitters based on Nitride Semiconductors (SiLENSe), one year period of performance (8/13/2016 - 8/12/2017) CLIN0003 - OPTION Qty One (1) 1st Single-Node Annual License for Simulator of Light Emitters based on Nitride Semiconductors (SiLENSe), one year period of performance (8/13/2017 - 8/12/2018) (vi) Description of requirements: Qty One (1) 1st Single-Node Annual License for Simulator of Light Emitters based on Nitride Semiconductors (SiLENSe), one year period of performance (8/13/2015 - 8/12/2016) OPTION Qty One (1) 1st Single-Node Annual License for Simulator of Light Emitters based on Nitride Semiconductors (SiLENSe), one year period of performance (8/13/2016 - 8/12/2017) OPTION Qty One (1) 1st Single-Node Annual License for Simulator of Light Emitters based on Nitride Semiconductors (SiLENSe), one year period of performance (8/13/2017 - 8/12/2018) (vii) The Period of Performance for this requirement is Base 8/13/2015 - 8/12/2016, Option Year 1 8/13/2016 - 8/12/2017, and Option Year 2 8/13/2017 - 8/12/2018. Delivery shall be made to the US Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1138. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is NOT applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 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 (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014); 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act - ALTERNATE I (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (September 2011); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (November 2011); 252.204-7011, Alternative Line Item Structure (SEP 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013); 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014); 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013); 252.225-7035 (ALT I), Buy American-Free Trade Agreements-Balance of Payments Program Certificate (NOV 2014); 252.225-7036 (ALT I), Buy American--Free (B) Trade Agreements-- Balance of Payments Program (NOV 2014); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.244-7000, Subcontracts for Commercial Items (JUN 2013); 252.247-7023, Transportation of Supplies by Sea (April 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 252.204-0007 Contract-wide: Sequential ACRN Order (SEP 2009); 252.211-7003 Item Identification and Valuation (June 2011); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: Not Applicable (xv) The following notes apply to this announcement: None (xvi) Responses are due on: 08/07/2015, by 11:59AM Eastern Time, via email to Ms. Christine Chase, Contract Specialist, Christine.m.chase.civ@mail.mil; 301-394-4012 (xvii) For information regarding this solicitation, please contact: Ms. Christine Chase, Contract Specialist, Christine.m.chase.civ@mail.mil; 301-394-4012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2709249f6a801e6515b458338eea8170)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03817566-W 20150801/150731000325-2709249f6a801e6515b458338eea8170 (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.