Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

National Institue of Standards and Technology, Acquistion and Assistance Division, Procurement Office, Bldg. 301, Room B152, Gaithersburg, MD 20899

70 -- ANNUAL LEASE OF ABAQUS NETWORK LICENSE SOL 53SBNB960039 DUE 021999 POC Daniel R. Mullins, Contract Specialist (301) 975-6337, Fax (301) 963-7732; Sandra Febach, Contracting Officer (301) 975-6326. WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. The National Institute of Standards and Technology's (NIST's) High Performance Systems and Services Division intends to purchase on a sole source basis under the authority of Federal Acquisition Regulation (FAR) Part 13.501(a), a one year lease of a proprietary ABAQUS software license from Hibbitt, Karlsson & Sorensen, Inc., 1080 Main Street, Pawtucket, RI 02860-4847. Hibbitt, Karlsson & Sorensen, Inc., is the only firm capable of providing this software license based on the fact that this firm possesses unique knowledge of the ABAQUS software package and is the developer of the software. The technical requirements of the software are as follows: 1) It must be capable of performing large plastic deformations with elastic behavior included; (2) It must be capable to transfer a deformed model seamlessly between explicit and implicit formulations; (3) It must have a large library of material models, including isotropic and kinematic hardening laws; (4) It must be capable of including user-defined subroutines that do not require recompiling of the whole finite element program by the manufacturer. These subroutines must allow the user to specify constitutive models, user-defined elements, user-defined loading, user output variables, or initial stress fields; (5) It must be capable of automatic and adaptive meshing; (6) It must include a pre and postprocessor with an integrated graphical user interface; (7) It must have a comprehensive set of manuals that are clearly written and self-contained; (8) Since we interact in our work with many universities and industries, we need a program that is widely used and accepted to be compatible with our collaborators; (9) It must be Y2K compliant. The base period shall begin on the installation date and continue for one year plus four option periods of 12 months each. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested from Hibbitt, Karlsson & Sorensen, Inc., and a written solicitation will not be issued. This solicitation number 53SBNB960039 is issued as a request for quotation (RFQ) using simplified acquisition procedures under the Test Program for certain commercial items found at FAR 13.5. 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 (FAC) 97-10. The Contract Line Item Numbers (CLINs), quantity and unit of measure are as follows: CLIN 0001, Base year for twelve months: which shall begin on the installation date; Annual Lease Network License of ABAQUS/Standard or ABAQUS/Explicit, ABAQUS/Design on a category C or lower computer, 1 each; CLIN 0002, ABAQUS 5.8nS-I kit (CD-ROM), 1 each; CLIN 0003, is the renewal of the Lease for ABAQUS Network License for option period I for 12 months after expiration of the base period, 1 year; CLIN 0004, is the renewal of the Lease for ABAQUS Network License for option period II for 12 months after expiration of option period I, 1 year; CLIN 0005, is the renewal of the Lease for ABAQUS Network License for option period III for 12 months after expiration of option period II, 1 year; CLIN 0006, is the renewal of the Lease for ABAQUS Network License for option period IV for 12 months after expiration of option period III, 1 year. 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 Government will evaluate the options for price reasonableness. The Government may determine the offer is unacceptable if the option prices are significantly unbalanced. Evaluation of the options shall not obligate the Government to exercise the options. The vendor shall deliver CLINs 0001 and 0002 FOB Destination, within 30 days after contractaward, at NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. The provisions at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The proposal will be evaluated for price reasonableness. 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 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 (1) 52.203-6 (Alternate I), (3) 52.219-8, (11) 52.222-21, (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, (21)(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 thatapply to this acquisition are 52.227-19, Commercial Computer Software-Restricted Rights, 52.217-8, Option to extend services, and 52.217-9, Option to extend the term of the contract. 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 above 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 asystem. 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 -- 0006, the product shall meet the Government technical requirements specified above; 2) Software License Agreement if it is required for this purchase. This is to advise that if a software license agreement is proposed, it must comport with applicable Federal laws, regulations and otherwise satisfy the Government's needs; 3) Technical description and/or product literature; 4) Description of commercial warranty; 5) Two (2) copies of the most recent published price list(s); 6) 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. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Daniel R. Mullins, 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 February 19, 1999. Faxed offers will be accepted to (301) 963-7732. Posted 02/11/99 (W-SN297629). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0428 19990219\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page