Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

70 -- Software licenses from DS Government Solutions Corp

Notice Date
4/1/2020 12:47:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-20-Q-0042
 
Response Due
4/8/2020 11:00:00 AM
 
Archive Date
04/23/2020
 
Point of Contact
Alberta R. Stadtler, Phone: 3019566824
 
E-Mail Address
alberta.r.stadtler.civ@mail.mil
(alberta.r.stadtler.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS �1.� Class Code: 70 �2.� NAICS Code:� 511210 Software Publishers �3.� Subject: SOLE SOURCE- Software licenses from DS Government Solutions Corp for Computer Simulation Technology (CST) Studio Suite and associated acceleration tokens. �4.� Solicitation Number: W911QX-20-Q-0042 �5.� Set-Aside Code: N/A �6.� Response Date: Five (5) Business Days After Posting �7.� Place of Delivery/Performance:� �U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1138 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 SOURCE The 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 Dassault Systems (DS) Government Solutions Corp, 175 Wyman Street, Waltham, MA02451-1223 United States, CAGE: 7A6S5, DUNS: 079638879, based on:� as the Original Equipment Manufacturer (OEM) and licenser, they are the only source capable of providing the aforementioned CST software licenses, acceleration token licenses, new CST acceleration token licenses; and maintenance. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received prior to the closing date and time of this solicitation. ������������������������ (ii)� The solicitation number is W911QX-20-Q-0042. This acquisition is issued as a Request for Quotation (RFQ). � ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, Effective 15 January 2020. ������������������������ (iv)� The associated NAICS code is 511210. The small business size standard is $41.5 million dollars. ��������������������������(v)� The following is a list of contract line item number(s)(CLIN) and items, quantities and units of measure, (including option(s), if applicable):� �CLIN 0001: One (1) Job consisting of the following: Quantity two (2) renewal of existing CST software licenses (S2K-N) with maintenance on a one (1) year Period of Performance. Quantity two (2) renewal of existing CST acceleration token licenses (S2T-N) and maintenance with a one (1) year Period of Performance each. Quantity two (2) purchase of new CST acceleration token licenses (5MP-S2T-N) and maintenance with a one (1) year Period of Performance. ����������������������� (vi) �Description of requirements: �ARL requires software license(s) and maintenance for multiple CST tools from Dassault Systems (DS) Government Solutions Corp as follows: Quantity two (2) renewal of existing Computer Simulation Technology (CST) software licenses with maintenance on a one (1) year Period of Performance. Quantity two (2) renewal of existing CST acceleration token licenses and maintenance with a one (1) year Period of Performance each. Quantity two (2) purchase of new CST acceleration token licenses and maintenance with a one (1) year Period of Performance. The acceleration tokens allow for the use of a video card as well as multi-core Central Processing Unit (CPU) to increase the efficiency of simulations in CST Studio Suite electromagnetic simulation software.� This will greatly reduce simulation time for electrically large problems incorporating metamaterials. ����������������������� (vii) Delivery is shall be made to U.S. Army Research Laboratory 2800 Powder Mill Rd Adelphi, MD 20783. �The FOB point is: ����������������������������������� U.S. Army Research Laboratory ����������������������������������� 2800 Powder Mill Rd ����������������������������������� Adelphi, MD 20783 ������������������������ (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (OCT 2018), DEVIATION 2018-O0018 (JUN 2019), applies to this acquisition.� The following addenda have been attached to this provision: None. ������������������������ (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition (OCT 2014).� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A - Notice of Intent to Sole Source. ������������������������ (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (DEC 2019) (with its Alternate I (OCT 2014)), Offeror Representations and Certifications - Commercial Items, with its offer. ������������������������ (xi)� The clause at 52.212-4 (OCT 2018), 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 (JAN 2020), 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-OTHER THAN CENTRAL CONTRACT REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) ����� DFARS: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000: BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) ������������������������ (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) 52.204-16 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) 52.213-2 INVOICES (APR 1984) 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) Full Text Clauses: FAR/DFARS FILL-IN CLAUSES 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT PAYMENT INSTRUCTIONS GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE EXCEPTIONS IN PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE ������������������������ (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A ����������������������� (xv)� The following notes apply to this announcement:� Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). ������������������������ (xvi)� Offers are due on five (5) days after posting by 11:59pm EST to alberta.r.stadtler.civ@mail.mil. ������������������������ (xvii)� For information regarding this solicitation, please contact Alberta Stadtler, 301-394-1080, alberta.r.stadtler.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5fa7e2f53b6a43b290a58dee8b65a61e/view)
 
Place of Performance
Address: Adelphi, MD, USA
Country: USA
 
Record
SN05607582-F 20200403/200401230146 (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  © 1994-2020, Loren Data Corp.