Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1999 PSA#2263

National 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