SOLICITATION NOTICE
99 -- Abaqus
- Notice Date
- 6/26/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-0685
- Archive Date
- 7/25/2017
- Point of Contact
- Maureen Fauske, Phone: 4018326762
- E-Mail Address
-
maureen.fauske@navy.mil
(maureen.fauske@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is N66604-17-Q-0685. The Naval Undersea Warfare Center Division, Newport intends to purchase the following one (1) year software leases, from immix Technology Inc. on a sole source basis as immax Technology Inc. is the sole provider/reseller of Abaqus software which is proprietary to Dassault Systems Americas Corp. (3DS). CLIN Part Number Description Qty CLIN 0001 5TP-QAP-YLC CAE Analysis Pack-Token 2 CLIN 0002 5TP-QAT-YLC Analysis Tokens-Token 62 CLIN 0003 5TP-QAT-YLC Analysis Tokens-Token 28 CLIN 0004 5CP-QAE-YLC CAE-Shareable 2 CLIN 0005 5CP-QAE-YLC CAE-Shareable 1 CLIN 0006 5CP-QAE-YLC CAE-Shareable 1 CLIN 0007 5CP-QAE-YLC CAE-Shareable 1 CLIN 0008 5CP-QVW-YLC Viewer-Shareable 4 CLIN 0009 5TP-QAP-YLC CAE Analysis Pack-Token 1 CLIN 0010 5TP-QAT-YLC Analysis Tokens-Token 10 CLIN 0011 5CP-QAE-YLC CAE-Shareable 3 CLIN 0012 5CP-QAX-YLC CAE Extended 3 CLIN 0013 5TP-QXT-YLC Extended Tokens 18 The resultant contract will be a Firm Fixed Price purchase order. F.O.B. Destination, Newport, RI 02841. Payment will be made via government credit card. The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38.5M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at Far 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction, FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation and 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information and 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This notice of intent is not a request for competitive proposals. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Offers must be submitted to Naval Undersea Warfare Center Division Newport, Contracts Department, Code 0221, via email to Maureen Fauske at maureen.fauske@navy.mil by 2:00 p.m. EST on 10 July 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0685/listing.html)
- Place of Performance
- Address: NUWCDIVNPT, United States
- Record
- SN04557699-W 20170628/170626234842-ccb0adbcca533e332b549da1ccaac430 (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 |