Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

70 -- SIMPACK Software Renewal

Notice Date
12/17/2019 8:45:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
VOLPE NATL TRANSPORTATION SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G620Q300018
 
Response Due
12/20/2019 12:00:00 PM
 
Archive Date
03/17/2020
 
Point of Contact
Karen Marino, Phone: (617)494-2437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G620Q300018 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2020-03, effective December 13, 2019. �The NAICS Code is 511210; the Small Business size standard is $38.50M. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), intends to procure on a competitive basis, the renewal of software maintenance for the SIMPACK Rail.� As part of existing Federal Rail Administration (FRA) project work, Volpe Center engineers review simulation results provided from outside sources as part of the vehicle qualification process as well as during safety critical investigations.� SIMPACK Rail is one of the leading software packages used by the rail industry for these tasks and it is mission critical for Volpe to have access to this same software to evaluate and verify data sent from outside sources. In addition to safety related tasks, Volpe also has existing FRA work to evaluate and monitor the current state-of-the-art in Vehicle Track Interaction (VTI) software. SIMPACK is critical to meet Volpe�s needs to evaluate both the dynamics performance of vehicles as well as the current state-of-the-art in modeling software in support of the FRA. PERIOD OF PERFORMANCE December 23, 2019 to March 31, 2022 REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. Please provide a firm fixed price quote on the each of the following CLINs: CLIN 00100 � Maintenance for SIMPACK Tokens, QTY: 1639EA Unit Price $____________ Total $_____________ CLIN 00200 � Maintenance for SIMPACK Rail, QTY: 1EA Unit Price $____________ Total $_____________ CLIN 00300 � Maintenance for SIMPACK Pre-Processor, QTY: 1EA Unit Price $____________ Total $_____________ CLIN 00400 � Maintenance for SIMPACK Post-Processor, QTY: 1EA Unit Price $____________ Total $_____________ CLIN 00500 � Maintenance for SIMPACK User, QTY: 1EA Unit Price $____________ Total $_____________ Total Price for CLINs 00100 through 00500:�� ����������� $_________________ All deliverables shall be submitted to Technical Point of Contact, Jon LeBlanc (V333) via e-mail.� Jon.Leblanc@dot.gov INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in an attachment. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using SAM.gov website�accessible via www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (o) of this provision. �All Contractors must be registered in SAM in order to receive an award from a DOT Agency. � FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference. �Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.204-25, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1 and 52.232-33. The FAR and TAR provisions and clauses cited in this notice can be viewed at: https://www.acquisition.gov/browsefar http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. �The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V222, 55 Broadway, Cambridge, MA 02142. �An award will be made to the offeror whose offer is considered to be the best value to the Government based on price.� The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142.� The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 12/20/2019. �No telephone requests will be honored. The Government will not pay for any information received. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price.� Please read the following provision and complete the highlighted section: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) ������ (a) Definitions. As used in this provision� ������Covered telecommunications equipment or services�, �Critical technology�, and �Substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. Section 889(a) (1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Representation. The Offeror represents that� �����It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. ����� (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer ���������� (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); ���������� (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; ���������� (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and ���������� (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82e982440c7a40b7a8c7364f59dc527c/view)
 
Record
SN05519437-F 20191219/191217230153 (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.