Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
SOLICITATION NOTICE

D -- MATLAB MAINTENANCE AND LICENSING RENEWAL - Package

Notice Date
1/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
DTNH2216Q-00007
 
Archive Date
2/17/2016
 
Point of Contact
Shannon M Reed, Phone: 9376663307, Janella Davis, Phone: 202-366-1624
 
E-Mail Address
shannon.reed@dot.gov, Janella.Davis@dot.gov
(shannon.reed@dot.gov, Janella.Davis@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
SAP - Source Justification SF1449 with Attachment 1-SOW COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS **PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED** GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: DTNH2216Q00007 Posted Date: 01/19/2016 Original Response Date: 02/02/2016; 4:00 PM ET Current Response Date: N/A Product or Service Code: 7030 - ADP Software Set Aside: N/A NAICS Code: 511210 - Software Publishers CONTRACTING OFFICE ADDRESS U.S. Department of Transportation (DOT) National Highway Traffic Safety Administration (NHTSA) Office of Acquisition Management (OAM) 1200 New Jersey Avenue, SE Washington D.C. 20590 ATTN: Janella Davis, NFO-300 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. All prospective Quoters (Offerors) are responsible for monitoring the Federal Business Opportunities (FedBizOpps) website for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-1 effective January 4, 2016. It is the responsibility of the Quoter to be familiar with the applicable FAR clauses and provisions. The clauses and provisions may be accessed in full text at this address: http://www.acquisition.gov/far/. Prospective Quoters are hereby notified that the Government intends to issue a Firm Fixed-Price Purchase Order in accordance with FAR Part 12 "Acquisition of Commercial Items" and FAR Part 13 "Simplified Acquisition Procedures." The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 "Software Publishers", with a small business size standard of $38.5 Million. This solicitation employs the use of a "brand name" item as listed in Attachment 1 - SOW to that of: MATLAB products: "Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK,"; and no other items will do in satisfying this requirement. See attached Brand Name Justification for additional details. 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 at the NHTSA Vehicle Research and Test Center (VRTC) located at East Liberty, OH. The Government intends to purchase the service support for the product MATLAB Software Maintenance and License Renewal, after making a determination that the awardee's quote conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. **NOTE: Quoters with the capability to provide the stated brand name should submit a proposal (quote) outlining its technical capability, lead time and proposed price for consideration (See Instructions for Submitting Quotes). PRICES/COSTS The Not-To-Exceed Firm Fixed-Price Amount for the resultant Purchase Order is $TBD at award. SUPPLIES/SERVICES See Attachment 1, Statement of Work. PERIOD OF PERFORMANCE The Period of Performance is thirteen (13) months from date of award. PLACE OF DELIVERY National Highway Traffic Safety Administration (NHTSA) Vehicle Research Test Center (VRTC) Attention: Jason Stammen 10820 SR 347; Bldg. 60 East Liberty, OH 43319-0337 PAYMENT SCHEDULE Payments under the resultant Purchase Order shall be made in full upon receipt of an acceptable invoice. SUBMISSION OF INVOICES a. The Contractor shall submit one (1) original invoice to the following address: DOT/National Highway Traffic Safety Administration Mike Monroney Aero Center Accounts Payable Branch, AMZ-150 P.O. Box 268911 Oklahoma City, OK 73126 9-AMC-AMZ-NHTSA-Invoices@faa.gov Or The Contractor may scan its invoice into PDF format and transmit it electronically via e-mail to the following address: 9-AMC-AMZ-NHTSA-Invoices@faa.gov b. The Contractor is responsible for ensuring the legibility of the PDF image. Illegible copies may be returned to the Contractor for resubmission and may result in payment delays. To be an acceptable invoice, the Contractor shall include the following information: a. Name and address of the Contractor. b. Invoice date and invoice number. The Contractor should date invoices as close as possible to the date of the mailing or transmission. c. Timeframe covered by the invoice. d. Contractor DUNS Number: e. NHTSA Purchase Order Number - TBD f. NHTSA Contracting Officer's name - Janella Davis g. NHTSA Contract Specialist's name - Shannon Reed h. NHTSA Contracting Officer's Representative - TBD i. Description of supplies/services covered by the invoice to include: 1) CLIN/Task 2) Price 3) Quantity 4) Other direct costs incurred during the billing period with supporting attachments j. Name and address of Contractor official to where questions regarding payment should be referred. k. To be acceptable for payment, each invoice must contain the following certification: "I hereby certify that the information submitted in this invoice, and accompanying documentation, is accurate and conforms to the billing requirements set forth in this Purchase Order." c. If an invoice does not comply with these requirements, the Contractor will be notified of the defect within seven (7) days of the receipt of the invoice. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The Contracting Officer will designate a representative to assist in monitoring the work under the Purchase Order. The COR serves as the technical liaison with the Contractor. The COR is not authorized to change the scope of work or specifications as stated in the Purchase Order, to make any commitments or otherwise obligate the Government, or to authorize any changes which affect the Purchase Order price, delivery schedule, period of performance or other terms or conditions. In the event any technical direction offered by the COR is interpreted by the Contractor to be outside of this Purchase Order, the Contractor shall not implement such direction, but shall notify the Contracting Officer in writing of such interpretation within five (5) calendar days after the Contractor's receipt of such direction. Such notice shall include (1) the reasons upon which the Contractor bases its belief that the technical direction falls within the purview of the "Changes" clause, and (2) the Contractor's draft revisions to the terms of the contract that it thinks are necessary to implement the technical direction. The Contracting Officer is the only individual who can legally commit or obligate the Government for the expenditure of public funds. The technical administration of the Purchase Order shall not be construed to authorize the revision of the terms and conditions of this Purchase Order. Any such revision shall be authorized only in writing by the Contracting Officer. The performance of the work required under the Purchase Order shall be subject to the technical review of the NHTSA COR. The following individual has been designated as the NHTSA COR: National Highway Traffic Safety Administration (NHTSA) Vehicle Research Test Center (VRTC) Attention: TBD 10820 SR 347; Bldg. 60 East Liberty, OH 43319-0337 Telephone: TBD FEDERAL ACQUISITION REGULATION (FAR) CLAUSES 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, 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/these address (es): http://www.acquisition.gov/far/. 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR Clauses Incorporated in Full Text This Purchase Order incorporates the following Federal Acquisition Regulation Clauses provided in full text. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (2) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (3) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (4) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (5) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2016) (E.O. 13126). (6) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (7) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (8) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (9) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (10) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (11) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (12) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate III (May 2014) of 52.225-3. (13) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (14) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) DEPARTMENT OF TRANSPORTATION ACQUISITION REGULATION (48 CHAPTER 12) CLAUSES The contract incorporates the following Transportation Acquisition Regulation (TAR) clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. 1252.223-73 Seat Belt Use Policies and Programs (APR 2005) FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/. 52.204-7 System for Award Management (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-2 Evaluation -- Commercial Items (Oct 2014) 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2015) Quoters must complete annual representations and certifications electronically via the SAM website https://www.sam.gov/portal/SAM/#1. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.225-18 Place of Manufacture (Mar 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) INSTRUCTIONS FOR SUBMITTING QUOTES Technical Capability and Price shall be contained in one volume. Offers/Quotes must include the following information: •1. The solicitation number •2. The time specified in the solicitation for receipt of offers •3. Quoter's Point of Contact information including name, title, address, phone number, and email address •4. Tax Identification Number (TIN) •5. Data Universal Numbering System (DUNS) Number •6. The validity period of the quote [Quote (s) must be valid for at least 90 calendar days] •7. "Remit to" address, if different than mailing address •8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the Quoter shall complete electronically) or confirm SAM registration. •9. A completed copy of the Standard Form 1449, and ALL amendments issued, MUST be signed by an authorized official of the company. •10. Technical Capability (Technical Quote, Evaluation Factor 1): (a) Technical Description: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The Quoter MUST demonstrate its ability to meet the technical specifications detailed in Attachment 1, Statement of Work. (b) Delivery Schedule - A project schedule for completing work requirements MUST be provided. •11. Past Performance (Technical Quote, Evaluation Factor 2) : At least two examples of recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, project description, period of performance, dollar amount, and identification of any problems encountered on identified contracts and the corrective action taken) MUST be provided. •12. Price (Price Quote, Evaluation Factor 3): The Price Quote MUST include (1) Price of services*; (2) Delivery/shipping cost (without taxes applied); (3) Terms of any express warranty; and (4) Any discount terms. *The price quote should be structured in a format similar to the table below. The fixed prices for the Purchase Order will be based on the Quoter's price table/quote. Price Schedule: Base Period: 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 thirteen ( 13 ) months th ereaf t er. From: 03/01/2016 To: 03/31/2017 BASE PERIOD: 03/01/2016 to 02/28/2017 Item Description: Software Maintenance Renewal License Number: 599618 Commercial Perpetual Individual Qty. Item Description # of months Unit Unit Price Total Extended Price 1 MATLAB Maintenance (SUBML) 12 Mo 1 MATLAB Compiler Maintenance (SUBCO) 12 Mo 1 MATLAB Compiler SDK Maintenance (SUBMJ) 12 Mo Item Description: Software Maintenance Renewal License Number: 705603 Commercial Perpetual Individual Qty. Item Description # of months 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: 50884 Commercial Perpetual Concurrent Qty. Item Description # of Months 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 BASE PERIOD: 04/01/2016 to 03/31/2017 Item Description: Software Maintenance Renewal License Number: 1071505 Commercial Perpetual Individual Qty. Item Description # of Months 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 Stateflow Maintenance (SUBSF) 12 Mo 1 Simulink Real-Time Maintenance (SUBXP) 12 Mo **ASSUMPTIONS AND CONDITIONS Quoters are expected to meet all specifications detailed in Attachment 1, Statement of Work. Quoters specifying any assumptions, conditions, or exceptions in their quotes, which are not agreeable to the Government, may be considered non-responsive and rejected. EVALUATION -- COMMERCIAL ITEMS (a) The Government will award a Purchase Order resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes (listed in descending order of importance): 1. Technical Capability 2. *Past Performance 3. Price *Past performance shall be considered to determine the quality of the Schedule and the Quoter' s past performance as it relates to the probability of success of the required effort. In the case of a Quoter without a record of relevant past performance or for whom information on past performance is not available, the Quoter will not be evaluated favorably or unfavorably on past performance. **NOTE: Prior to issuing any award, the Government will perform a search of Active Exclusions in the System for Award Management (SAM) to ensure that the prospective awardee is not on the list of parties excluded from receiving federal contracts and sub-contracts. The Contracting Officer (CO) may also identify and analyze the past performance of the quoter on any other relevant contract that they currently have or had of which the CO has knowledge or obtains knowledge, including but not limited to projects listed in the Past Performance Information Retrieval System (PPIRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS). When combined Technical Capability and Past Performance are more important than price. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding Purchase Order without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DUE DATES Questions pertaining to this acquisition should be submitted to Shannon Reed, Contract Specialist, via email at Shannon.Reed@dot.gov with a courtesy copy to Janella Davis, Contracting Officer via email at Janella.Davis@dot.gov, as soon as possible but no later than 12:00 Noon pm Eastern Time Thursday January 28, 2016. Phone calls will not be entertained. Emails must reference Solicitation Number DTNH2216Q00007 and the company name in the subject line. Quotations shall be transmitted electronically via email to Shannon Reed (with a courtesy copy to Janella Davis) on or before Tuesday, February 2, 2016 at 4:00 PM Eastern Time. LIST OF ATTACHMENTS 1. Statement of Work ATTACHMENT 1: STATEMENT OF WORK 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 at the NHTSA Vehicle Research and Test Center (VRTC) located East Liberty, OH. 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. SUPPLIES/SERVICES REQUIRED The engineers at VRTC have been utilizing MATLAB software to perform the above work for the past 20 years and are compatible with all of NHTSA's present computer system resources. A suitable commercial-off-the-shelf (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, this requirement employs the use of a "brand name" item description as listed in table below, of the following MATLAB Software Maintenance License renewal products: Signal Processing, Statistical Toolbox, System Identification Toolbox, Optimization Toolbox, Symbolic Toolbox, and SIMULINK". No other items will do in satisfying this requirement. All Offerors who can provide the stated brand name should submit a proposal (quote) for consideration. SPECIFIC CAPABILITIES/ TECHNICAL SPECIFICATIONS NHTSA's specific requirements are detailed in the following table: BASE PERIOD: 03/01/2016 to 02/28/2017 Item Description: Software Maintenance Renewal License Number: 599618 Commercial Perpetual Individual Qty. Item Description # of months Unit Unit Price Total Extended Price 1 MATLAB Maintenance (SUBML) 12 Mo 1 MATLAB Compiler Maintenance (SUBCO) 12 Mo 1 MATLAB Compiler SDK Maintenance (SUBMJ) 12 Mo Item Description: Software Maintenance Renewal License Number: 705603 Commercial Perpetual Individual Qty. Item Description # of months 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: 50884 Commercial Perpetual Concurrent Qty. Item Description # of Months 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 BASE PERIOD: 04/01/2016 to 03/31/2017 Item Description: Software Maintenance Renewal License Number: 1071505 Commercial Perpetual Individual Qty. Item Description # of Months 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 Stateflow Maintenance (SUBSF) 12 Mo 1 Simulink Real-Time Maintenance (SUBXP) 12 Mo SCHEDULE REQUIREMENTS NHTSA has an immediate need for the required maintenance and service agreement to support the Mathworks products in use at NHTSA - VRTC. (End of Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH2216Q-00007/listing.html)
 
Place of Performance
Address: 10820 State Route 347 #60, East Liberty, Ohio, 43319, United States
Zip Code: 43319
 
Record
SN03994655-W 20160121/160119234043-76f1402f58c4129fe6e37bf8535f62fd (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.