Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2022 SAM #7623
SOLICITATION NOTICE

70 -- 7A--Perpetual Software Licenses - VGStudioMax; VGinLine: VGMetrology: VGMetrology ES. License ID: 223382

Notice Date
10/12/2022 10:24:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-R-0318
 
Response Due
10/27/2022 11:00:00 AM
 
Archive Date
04/25/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N68335-22-R-0318 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-10-27 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Lakehurst, NJ 08733 The NAWC-AD Lakehurst requires the following items, Brand Name Only (Exact Match), to the following: LI 001: P/N: UXA1000; Nomenclature: One-year update for a most recent version of VGSTUDIO MAX., 1, EA; LI 002: P/N: WX130N; Nomenclature: One-year update for a VGSTUDIO MAX Cast & Mold Extended, Node-locked License, including single user VGSTUDIO MAX Node-locked License and the add-on modules Coordinate Measurement, Nominal/Actual Comparison, Wall Thickness Analysis, Extended Porosity/Inclusion Analysis (supports BDG P 203, BDG/VDG P 202/VW 50093, and VDG P 201/VW 50097)., 1, EA; LI 003: P/N: WA6WX; Nomenclature: One-year update for VGSTUDIO MAX add-on module Fiber Composite Material Analysis., 1, EA; LI 004: P/N: WA12WX; Nomenclature: One-year update for VGSTUDIO MAX add-on module Foam/Powder Analysis., 1, EA; LI 005: P/N: WA13WX; Nomenclature: One-year update for VGSTUDIO MAX add-on module Transport Phenomena Simulation., 1, EA; LI 006: P/N: WA14WX; Nomenclature: One-year update for VGSTUDIO MAX add-on module Structural Mechanics Simulation., 1, EA; LI 007: P/N: WA16WX; Nomenclature: One-year update for VGSTUDIO MAX add-on module Manufacturing Geometry Correction., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Offeror certifies that it has provided the required documentation, as discussed in the Award Evaluation Criteria above. This is a limited source, brand name requirement limited to OEM and their Authorized Distributors only. Each line item requires that Bids are an Exact Part Number Match, with NO SUBSTITUTIONS ALLOWABLE. Each CLIN requires that Bids are an Exact Match and QTY included in the description. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. For this solicitation, Vendors are REQUIRED to fill out a DD 250 if Awarded. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. Material Certification require upon delivery 1) Material and original mill certifications are required and must be in English 2) Mill markings must be clearly visible on material when received 3) Material must be DFARS Compliant The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award SHALL be made to the lowest price, technically acceptable offeror. Technical Acceptability shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor of OEM. Acceptable demonstration is as follows: Prime level offerors SHALL provide written documentation from OEM, that their company OR their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND(2) Offeror provides an exact part number match. For purposes of bidding, Offerors shall NOT combine any similar line items. Instead Offerors shall place their quotes exactly as outlined in this request for quote. This FedBid Buy provides offerors fewer than 30 days to submit their offer. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and re-solicit for an additional period of at least 30 days in accordance with DFARS 215.371-2. DFARS 252.215-7005 also applies to this solicitation. Normally,competition establishes price reasonableness. In limited situations, additional analysis will be required by the Government to determine reasonableness. If, after receipt of proposal, the Contracting Officer determines that adequate price competition does not exist and a determination is made that none of the exceptions in FAR 14.403-1(b) apply, the Offeror may be required to provide other than Certified Cost or Pricing data in accordance with FAR 15.403-4. Should there be any discrepancies between the J&A and the FedBid/Unison line items, the FedBid/Unison line items shall take precedence. DFARS Clause 252.225-7012, Preference for Certain Domestic Commodities is applicable. DFARS Clause 252.246-7007, CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE SYSTEM is applicable. DFARS Clause 252.225-7008, Restrictions on Specialty Metals is applicable DFARS Clause 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals is applicable. Offeror certifies that they have read and understood the terms and conditions provided in the attachment Terms and Conditions. The offeror takes no exception to these terms and conditions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf0653504f284f5186f383b569a58cf1/view)
 
Place of Performance
Address: Route 547 , Lakehurst, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN06492037-F 20221014/221013060525 (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.