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