Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

70 -- WMRD COMSOL, Inc. Software License and Maintenance Renewal

Notice Date
12/13/2019 7:50:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783 USA
 
ZIP Code
20783
 
Solicitation Number
W911QX-20-Q-0024
 
Response Due
12/16/2019 8:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Solomon Raphael, Phone: 3013945351
 
E-Mail Address
solomon.a.raphael.civ@mail.mil
(solomon.a.raphael.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 70 2. NAICS Code: 511210 Software Publishers 3. Subject: COMSOL License and Software Maintenance for WMRD 4. Solicitation Number: W911QX-20-Q-0024 5. Set-Aside Code: None 6. Response Date: Three (3) days from posting 7. Place of Delivery/Performance: U.S. Army Research Laboratory 6375 Johnson Road BLD 321 Aberdeen Proving Ground, MD 21005 8. (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.INTENT TO SOLICIT ONLY ONE SOURCEThe 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 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is:COMSOL, Inc.100 District AvenueBurlington, MA 01803DUNS: 157041406CAGE Code: 1RCX0 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. (ii) The solicitation number is W911QX-20-Q-0024. This acquisition is issued as an _______RFQ_________. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular __2019-05_____. The associated NAICS code is _511210__ The small business size standard is $41,500,000. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): See Attachment 1 - Requirements Document for full list of items and quantities required for this acquisition. (vi) Description of requirements:WMRD-ARL requires software license(s) and maintenance for multiple Multiphysics Analysis tools from COMSOL, Inc. (vii) Delivery is required by __1 JAN 2020___. Delivery shall be made to: U.S. Army Research Laboratory 6375 Johnson Road BLD 321 Aberdeen Proving Ground, MD 21005 Acceptance shall be performed at:U.S. Army Research Laboratory 6375 Johnson Road BLD 321 Aberdeen Proving Ground, MD 21005 The FOB point is:U.S. Army Research Laboratory 6375 Johnson Road BLD 321 Aberdeen Proving Ground, MD 21005 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: ________________NONE____________________. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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 (OCT 2018)52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)52.222-3 CONVICT LABOR (JUN 2003)52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2019)52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)52.222-26 EQUAL OPPORTUNITY (SEP 2016)52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2019)52.212-1DEVIATION 2018-O0018 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2017)52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2017)52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2017) ALT I (OCT 2014)52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JAN 2017)52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACTTECHNICAL POINT OF CONTACTSOLICIT ONLY ONE SOURCETYPE OF CONTRACTGOV INSPECTION AND ACCEPTANCETAX EXEMPTION CERT. (ARL)RECEIVING ROOM - APGDFARS COMMERCIAL CLAUSESEXCEPTIONS IN PROPOSALAWARD OF CONTRACTADELPHI CONTR. DIVISION URLFOREIGN NATIONALS PERFORMINGPAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as _____N/A_____________. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on __Three (3) Days after solicitation by 11:00am est, at Solomon.a.raphael.civ@mail.mil (xvii) For information regarding this solicitation, please contact Solomon Raphael, 301-394-5351, Solomon.a.raphael.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7ad6d07863d4b5fa0659e6e0bb8f96d/view)
 
Place of Performance
Address: 175, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05516756-F 20191215/191213230300 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.