Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

70 -- Oasys PRIMER Software Lease for Crash Simulation

Notice Date
5/3/2024 12:43:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
693JJ9 NHTSA OFFICE OF ACQUISTION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JJ924Q000023
 
Response Due
5/8/2024 10:00:00 AM
 
Archive Date
05/23/2024
 
Point of Contact
Thomas J. Bub, Phone: 2023669571, Thomas J. Bub, Phone: 2023669571
 
E-Mail Address
thomas.bub@dot.gov, nhtsa.OAM@dot.gov
(thomas.bub@dot.gov, nhtsa.OAM@dot.gov)
 
Description
**PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED** (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 that will be published. �A written solicitation will not be issued. �Interested parties are responsible for monitoring this site to ensure they have the most current information in reference to this acquisition. (ii) The solicitation number for this procurement is 693JJ924Q000023 and is issued, as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) Number 2024-04, Effective Date 05/01/2024. (iv) The North American Industry Classification System (NAICS) code associated with this procurement is 334513. The small business size standard is 750. �This procurement has not been set-aside for small business participation. (v) Contract Line Item Number (CLIN). �NHTSA intends to award a Firm Fixed-Price Purchase Order from this procurement. SECTION B � PRICES/COSTS Price Proposal: Oasys Software Software or Equal Licenses: Base Period: 05/01/2024 � 04/30/2025 Qty Item Description # of Months Unit Price Discount Price Total Extended Price 1 Oasys Software PRIMER 12 $ $ $ 2 Oasys Software Suite 12 $ $ $ TOTAL PRICE $ Base Period: 05/01/2025 � 04/30/2026 Qty Item Description # of Months Unit Price Discount Price Total Extended Price 1 Oasys Software PRIMER 12 $ $ $ 2 Oasys Software Suite 12 $ $ $ TOTAL PRICE $ (vi) Description of requirements for the items to be acquired. SECTION C � DESCRIPTION/SPECIFICATIONS C.1����� ACRONYMS COTS� Commercial Off-the-Shelf Software ATD��� Anthropomorphic Test Device HBM�� Human Body Model C.2����� BACKGROUND The U.S. Department of Transportation, National Highway Traffic Safety Administration�s (USDOT/NHTSA) mission is to prevent and reduce deaths, injuries, and economic losses resulting from automotive travel on our nation's roadways. The NHTSA has a requirement to continue the use of software license for the Oasys Limited LS-DYNA Software Suite, which the Government presently utilizes as its main analysis tool for crash simulations.� The Oasys Limited software analysis tool allows users the ability to conduct pre and post processing of crash simulations to better understand occupant kinematics and restraint performance in support of NHTSA research and regulatory efforts.� �Using this tool, users can position human body models in a vehicle environment, create air bags, seatbelts etc., and simulate a range of crash conditions.� NHTSA has been utilizing Oasys Limited software to perform this work for the past 8 years and are compatible with all of NHTSA�s present computer system resources. C.3����� OBJECTIVE The objective is to renew the software licenses for the Oasys Limited LS-DYNA Peripheral Software Suite (comprising Primer, D3Plot, T/His & Reporter),� presently in use by NHTSA. In addition to Section C.4 �General Requirements� and Section C.5 �Specific Requirements�, this contract employs the use of a �Brand Name or Equal� item description as listed in Section B �Schedule� to that of Oasys Limited products: �Oasys Limited LS-DYNA Peripheral Software Suite (comprising Primer, D3Plot, T/His & Reporter),� and no other items will do in satisfying this requirement. C.4����� GENERAL REQUIREMENTS The Contractor shall provide continued use and service support for the Oasys Limited LS-DYNA Peripheral Software Suite (comprising Primer, D3Plot, T/His & Reporter) for a Base period of one (1) year with one (1) 1 year renewal option period. The COTS package shall support existing NHTSA standard analysis procedures and shall also support integration within the existing NHTSA computer networking environment. C.5����� SPECIFIC REQUIREMENTS The Contractor shall provide software licenses and technical support for the �Oasys Limited LS-DYNA Peripheral Software Suite (comprising Primer, D3Plot, T/His & Reporter)� to set up and analyze crash simulations. The COTS software shall meet the following requirements: ATD and HBM positioning using tree file ATD and HBM positioning using pre-simulations Seat foam compression and ability to generate dyna pre-simulation for seat squash Seatbelt modeling, routing and re-fitting to easily fit a seatbelt to an ATD/HBM and automatically re-fit the belt if the ATD/HBM are repositioned Airbag design and creation and folding module Model manipulation and keyword file management Ability to automate tasks using scripts Mechanism that allows seat position to be quickly adjusted Full support for LS-DYNA parameters (vii) Date(s) and place(s) of delivery and acceptance and FOB point. SECTION D � PACAKAGING AND MARKING D.1����� ADMINISTRATIVE CONSIDERATION D.1.1�� Points of Contacts D.1.1.1 � Contractor�s Project Manager: TBD XXX@xxxxxx.com Title ()���� D.1.1.2 �NHTSA COR: TBD Department of Transportation National Highway Traffic Safety Administration (NPD-XXX) 1200 New Jersey Avenue, SE, Rm. Wxx-xxx Washington, DC 20590 Telephone: (202) xxx-xxxx D.1.1.3 �NHTSA ACOR TBD Department of Transportation National Highway Traffic Safety Administration (NPD-XXX) 1200 New Jersey Avenue, SE, Rm. Wxx-xxx Washington, DC 20590 Telephone: (202) xxx-xxxx D.2����� PLACE OF PERFORMANCE Washington, DC D.3����� DURATION OF TASK D.3.1�� Estimated Period of Performance The period of performance for the Contract is twelve (12) months from the date of award.� The maximum period of performance is twenty-four (24) months if all options are exercised. D.3.2�� Effective Date May 01, 2024.� This Delivery Order will be a firm fixed-price one year contract, with one (1) renewal 12 month option period through April 30, 2026. D.3.3�� Performance Milestones and Deliverables: RESERVED (viii) 52.212-1, Instructions to Offerors-- Commercial Items (SEP 2023). (ix) 52.212-2, Evaluation--Commercial Items (NOV 2021). As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation�Commercial Items (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Listed in descending order of importance: 1.�������� Technical Acceptability This factor will be scored based upon the offeror�s ability to meet the specifications required as described in Section C.4. & C.5 above. 2.�������� Past Performance This factor will be scored based upon the offeror�s corporate experience and past performance performing similar work as described in Section C.4 & C.5. The offeror�s record of financial responsibility as it relates to the use of federal funding. Note: Offerors, for which no historical record of past performance has been established, will only be rated on �Corporate Experience� for this factor. Offerors, whose established record of past performance is poor, will be given a �poor� rating for the evaluation factor. 3.�������� Price The Offeror is expected to establish a reasonable price relationship between all price elements listed in their Cost Proposal.� An evaluation of the Offeror�s Cost Proposal will be made to determine if the cost is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the work as described in Section C.4 & C.5. Reasonableness determinations will be made by determining if competition exists, by comparing proposal prices with established commercial market prices, General Services Administration price schedules, and/or by comparing proposal prices with the Independent Government Cost Estimate (IGCE). All evaluation factors other than price, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x) 52.212-3, Offeror Representations and Certifications--Commercial Items (FEB 2024) SECTION I � CONTRACT CLAUSES I.1������ FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This Contract incorporates the following clause(s) by reference, with the same force and effect as full text.� The full text of the clause(s) may be accessed electronically at this internet address: https://www.acquisition.gov FAC Number: 2024-04�������� Effective Date: 05-01-2024 (xi) 52.212-4�� Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023) (xii) 52.212-5� Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Feb 2024) I.2������ Federal Acquisition Regulation (FAR) Clauses Provided in Full Text I.2.1��� FAR 52.204-27 - Prohibition on a ByteDance Covered Application (Jun 2023) (a) Definitions. As used in this clause� Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited. Information technology, as defined in 40 U.S.C. 11101(6)� (1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use� (i) Of that equipment; or (ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product. (2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but (3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract. (b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023, �No TikTok on Government Devices� Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor�s employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for the acquisition of commercial products or commercial services. (End of clause) I.2.2��� FAR 52.223-99 � Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Oct 2021) (Deviation 2022-01) (a) Definition. As used in this clause - United States or its outlying areas means� (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold,as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. (End of clause) The Government will take no action to enforce the clause implementing requirements of Executive Order 14042, absent further written notice from the agency, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, �Excluded State or Outlying Area�).� In all other circumstances, the Government will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area.� A current list of such Excluded States and Outlying Areas is maintained at https://www.saferfederalworkforce.gov/contractors I.2.3 FAR Part 52.217-8 Option to Extend Services. (NOV 1999) As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. �The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause) I.2.3 FAR Part 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. (End of Clause) I.3������ TRANSPORTATION ACQUISITION REGULATION (TAR) CLAUSES INCORPORATED BY REFERENCE This contract incorporates the following Transportation Acquisition Regulation clauses (TAR) by reference (with the same force and effect as if they were given in full text.� Upon request, the Contracting Officer will make the full text available.� The full text of the clauses may be found at internet address https://www.acquisition.gov/tar 1252.223-73���� Seat Belt Use Policies and Programs (NOV 2022) 1252.237-70���� Qualifications of Contractor Employees (NOV 2022) 1252.237-72���� Prohibition on Advertising (NOV 2022) 1252.239-70���� Security Requirements for Unclassified Information Technology Resources (NOV 2022) 1252.239-71���� Information Technology Security Plan and Accreditation (NOV 2022) 1252.239-72���� Compliance with Safeguarding DOT Sensitive Data Controls (NOV 2022) 1252.239-73���� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (NOV 2022) 1252.239-74���� Safeguarding DOT Sensitive Data and Cyber Incident Reporting (NOV 2022) 1252.239-75���� DOT Protection of Information About Individuals, PII, and Privacy Risk Management Requirements (NOV 2022) 1252.239-91���� Records Management (NOV 2022) 1252.239-92���� Information and Communication Technology Accessibility Notice (NOV 2022) 1252.239-93���� Information and Communication Technology Accessibility (NOV 2022) 1252.242-71���� Contractor Testimony (NOV 2022) 1252.242-72���� Dissemination of Information (NOV 2022) 1252.242-74���� Contract Audit Support (NOV 2022) (xiii) Special Contract Clauses and Provisions. As prescribed in 1223.7000�, insert the following clause: Seat Belt Use Policies and Programs (NOV 2022) In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16, 1997, the Contractor is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally-owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. For information on how to implement such a program or for statistics on the potential benefits and cost-savings to your company or organization, please visit the Click it or Ticket seat belt safety section of NHTSA's website at�https://www.nhtsa.gov/campaign/click-it-or-ticket�and�https://www.nhtsa.gov/risky-driving/seat-belts. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) N/A = Not Applicable (xv) Date, time and place offer are due. Quotes shall be transmitted electronically via email to thomas.bub@dot.gov with a courtesy copy to (NHTSAOAM@dot.gov) on or before Wednesday, May 08, 2024, not later than 1:00 pm EST. (xvi) Name and Telephone of individual to contact for more information. ADDITIONAL INFO: Questions pertaining to the is acquisition should address to Thomas J. Bub, Contract Specialist, via email at thomas.bub@dot.gov with a courtesy copy to NHTSA OAM�s proposal receipt inbox at: �nhtsaoam@dot.gov as soon as possible but not later than 4:00 pm, EST, Monday, May 6, 2024. Phone calls will not be entertained. Department of Transportation (DOT) National Highway Traffic Safety Administration (NHTSA) invites contractors to submit a quote for services described herein for the Request for Quote (RFQ).� The applicable North American Industrial Classification Code (NAICS Code) for this RFQ is 334513. INSTRUCTIONS FOR SUBMITTAL:� Offerors are hereby reminded that a Best Value Source selection decision will be made after review of all Technical and Cost Proposals received in response to this solicitation to the Lowest Priced Technically Acceptable (LPTA) Offeror, whose quoted price represents the best value to the government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e09b9f5e682946ed8881ff57b88ea8c7/view)
 
Place of Performance
Address: Washington, DC 20590, USA
Zip Code: 20590
Country: USA
 
Record
SN07053062-F 20240505/240503230040 (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.