|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1999 PSA#2263National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 70 -- HIGH FREQUENCY STRUCTURE SIMULATOR SOFTWARE SOL 53SBNB960036 DUE
011999 POC Teresa A. Reefe, Contract Specialist, (301) 975-6364, Anita
Tolliver, Contracting Officer, (301) 975-6308 WEB: NIST Contracts
Homepage, http://www.nist.gov/admin/od/contract.htm. E-MAIL: NIST
Contract Office, Contract@nist.gov. 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; A QUOTATION IS BEING REQUESTED AND A WRITTEN
SOLICITATION WILL NOT BE ISSUED. This solicitation number 53SBNB960036
is issued as a request for quotation (RFQ) using simplified
acquisition procedures. The SIC Code applicable to this acquisition is
7372 and the related size standard is $18 million, however, this
requirement is unrestricted. Incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-09. The
National Institute of Standards and Technology's (NIST's) High
Performance Systems and Services Divisoin has a requirement for High
Frequency Structure Simulator Software. The software package will be
used to assist NIST researchers in computational electromagnetic design
of complex three-dimensional microwave devices; applications that serve
the missions of the laboratory and the agency. The Contract Line Items,
quantity and units of measure are as follows: CLIN 0001, Ansoft High
Frequency Structure Simulator (HFSS) [Floating] Software, or equal
meeting the requirements stated below, 1 each; CLIN 0002, Software
Training for one NIST employee at the contractor's location, 1 ea ;
CLIN 0003, Maintenance contract to cover the base period, which shall
begin upon inspection and acceptance of the software and end 12 months
thereafter, and shall include technical support and all updates that
are released during the maintenance period, 1 year; CLIN 0004 is for
the renewal of the maintenance contract for option period I for 12
months after the expiration of the base period and shall include
technical support and all updates that are released during the
maintenance period, 1 year; CLIN 0005 is for the renewal of the
maintenance contract for option period II for 12 months after the
expiration of option period I and shall include technical support and
all updates that are released during the maintenance period, 1 year;
CLIN 0006 is for the renewal of the maintenance contract for option
period III for 12 months after the expiration of option period II and
shall include technical support and all updates that are released
during the maintenance period, 1 year; CLIN 0007 is for the renewal of
the maintenance contract for option period IV for 12 months after the
expiration of option period III and shall include technical support
and all updates that are released during the maintenance period, 1
year. This is a Brand Name or Equal Requirement which is intended to be
descriptive, but not restrictive, and is used to indicate the quality
and characteristics of products that will be considered satisfactory to
meet the agency's requirement. For exercising the options, the
Government may extend the term of the contract by written notice to the
Contractor within 30 days before the expiration of the contract. The
product shall have the following specifications: 1) the software shall
operate on a Sun and SGI platform; 2) the software shall include an
integrated electromagnetic field calculator and Ferrite materials
simulation capability; 3) the software shall know the phase shifts in
(x,y,z)-components of the magnetic field in a microwave resonant
structure having waveguide-beyond-cutoff sections for entrance and exit
of an atomic beam. The structure may be partially filled with
dielectric. The phase of the field is related to and determined by the
finite conductivity of the walls. These walls may have different
conductivities depending on their position in the structure (e.g.
different materials). NIST will use the software to calculate the phase
to levels approaching a micro-radian; 4) the software shall be able to
integrate the phase shift seen by one atom as it moves through the
resonant field along non-axial paths taken through the cavity
structure; 5) the software shall export data in numerical form to some
other analysis package for further processing; 6) the software shall
know the S-matrix and other system parameters such as impedance and
admittance information allowing examination of coupling between ports
used on the resonant structure; 7) the software shall calculate the
mode structure so that any "nearby" resonances can be examined and
their properties determined (e.g. mode and Q); 8) the FEA code shall
have the detailed physics included to be able to get these results
without having to write additional code. The vendor shall deliver CLIN
0001 FOB Destination, no later than 10 days after contract award at
NIST, Attn: Mary McClanahan, Radio (1), Room 4563, Mailcode 890.02. 325
Broadway, Boulder, CO 80303. CLIN 0002 shall be performed no later than
one (1) year from delivery of CLIN 0001. Training dates will be
coordinated with the Government's technical representative and the
contractor. The provision at 52.212-1, Instructions to
Offerors-Commercial Items, applies to this acquisition. The provision
at 52.212-2 -- Evaluation -- Commercial Items appliesto this
acquisition, paragraph (a) is as follows: 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: 1) Technical capability to
meet the agency need, and 2) Delivery Time. The Government will
evaluate offers for award purposes by adding the total price for
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 options. The clause at 52.212-4, Contract
Terms and Conditions-Commercial Items applies to this acquisition. The
clause at 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items, applies to
this acquisition, including subparagraphs (9) 52.222-26, (10)52.222-35,
(11) 52.222-36, (12) 52.222-37, (18)(i) 52.225-21, and Department of
Commerce Agency-Level Protest Procedures Level Above the Contracting
Officer, which can be downloaded from the NIST Web Page located at
http://www.nist.gov/admin/od/contract/protest.htm. Other clauses that
apply to this acquisition are 52.217-8, Option to Extend Services,
52.217-9, Option to Extend the Term of the Contract, and 52.227-19,
Commercial Computer Software-Restricted Rights. Year 2000
Warranty-Commercial Supply Item applies to this acquisition. The
Contractor warrants that each hardware, software and firmware product
delivered under this contract and listed below shall be able to
accurately process date data (including, but not limited to,
calculating, comparing and sequencing) from, into, and between the
twentieth and twenty-first centuries, including leap year calculations,
when used in accordance with the product documentation provided by the
contractor, provided that all listed or unlisted products (e.g.
hardware, software, firmware) used in combination with such listed
products properly exchange date data with it. If the contract requires
that specific listed products must perform as a system in accordance
with the foregoing warranty, then that warranty shall apply to those
listed products as a system. The duration of this warranty and the
remedies available to the Government for breach of this warranty shall
be as defined in, and subject to, the terms and limitations of the
contractor's standard commercial warranty or warranties contained in
this contract, provided that notwithstanding any provision to the
contrary in such commercial warranty or warranties, the remedies
available to the Government under this warranty shall include repair or
replacement of any listed product whose non-compliance is discovered
and made known to the contractor in writing within ninety (90) days
after acceptance. Nothing in this warranty shall be construed to limit
any rights or remedies the Government may otherwise have under this
contract with respect to defects other than Year 2000 performance. All
offerors shall submit the following: 1) Three (3) copies of quotation
which addresses CLINs 0001 through 0007; 2) Technical description
and/or product literature; 3) Description of commercial warranty; 4) A
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications-Commercial Items which may be downloaded from
http://www.nist.gov/admin/od/contract/repcert.htm. Offers shall include
the manufacturer or brand name of the product, manufacturer's sales
literature or other product information, and a statement of
compatibility, which clearly documents that the offered products meet
or exceed the about specifications and meet the needs of the Government
in essentially the same manner as the brand name. All offers should be
sent to the National Institute of Standards and Technology,
Acquisition and Assistance Division, Attn: Teresa A. Reefe, 100 Bureau
Drive, Stop 3572, Building 301, Room B117, Gaithersburg, MD
20899-3572. For information, call the POC identified above. Submission
must be received by 3:00 p.m. local time on January 19, 1999. Faxed
offers will be accepted to (301) 975-5007. Posted 01/13/99
(W-SN287664). (0013) Loren Data Corp. http://www.ld.com (SYN# 0269 19990115\70-0003.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|