Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOLICITATION NOTICE

70 -- MATLAB Licenses and Accompanying Toolboxes - MATLAB BOM

Notice Date
5/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F4FBBJ6097A002
 
Archive Date
5/26/2016
 
Point of Contact
Jordan S Poling, Phone: 9376567492
 
E-Mail Address
jordan.poling@us.af.mil
(jordan.poling@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MATLAB BOM DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation document, PR# F4FBBJ6097A002 is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-71. The associated NAICS code is 511210. Small business size standard is: $38,500,000.00 This requirement is for the following brand name MATLAB products: See attached Bill of Materials for requirement specifications. CLIN Item Description QTY-or-Unit of Measure 0001 MATLAB Licenses and Accompanying Toolboxes 1 Lot Delivery is 30 days After Receipt of Order (ARO) Ship to: Wright-Patterson AFB, OH 45433, FOB is Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The contracting officer shall insert the provision at 52.209-7, Information Regarding Responsibility Matters, in solicitations where the resultant contract value is expected to exceed $500,000. Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in 12.302. For example: (1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at 16.506 may be used for this purpose. (2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options. The provision at 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations applies to this acquisition. All items must be TAA compliant in accordance with FAR. DPAS rating is DO-A7. Open Market pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 30 May 2016. Mrs. Jill Willingham-Allen has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at jill.willinghamallen.1@af.mil. Proposals are due by 3:00 PM EST, 11 May 2016. Proposals shall be sent via email to jordan.poling@us.af.mil. Any questions regarding this acquisition should be directed to Jordan Poling. (937) 656-7492 or by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FBBJ6097A002/listing.html)
 
Record
SN04105539-W 20160506/160504234514-c823a59ba52c0fc3bc16926908f6d87b (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.