Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2005 FBO #1419
SOLICITATION NOTICE

70 -- Mentor Graphics Software Upgrade and Support

Notice Date
10/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
 
ZIP Code
95652-1521
 
Solicitation Number
Reference-Number-6ME6A410
 
Response Due
10/19/2005
 
Archive Date
11/2/2005
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number is 6ME6A401, and the solicitation is issued as a Request for Quotation (RFQ) and is a sole source to Mentor Graphics Corporation, 8005 SW Boechman Road, Wilsonville, OR 97070-7777, and phone (408) 487-7000. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. Set-aside: none; associated North American Industry Classification System (NAICS) code is 541511; small business size standard: $21 Million. Small Business Competitiveness Demonstration Program: not applicable. Allocations System (DPAS) rating is DO-A7. FAR 52.212-2, Evaluation ? Commercial Items applies, with the following specific evaluation criteria to be included in paragraph (a) of that provision: Product offered, price, past performance. This requirement is for Mentor Graphics software upgrades. The date and time offers are due: 19 Oct, 10:00 am Pacific time to DMEA, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. E-mailed or faxed offers are encouraged: email: verner@dmea.osd.mil, fax: (916) 231-2835. 1.0 OBJECTIVE: The objective of the Defense Microelectronics Activity (DMEA) Mentor Graphics Environment Performance Specification is to purchase software upgrades, software support, and factory training. These software modules will provide a cost effective enhancement for the integrated circuit design, simulation, research and documentation tools to support the DMEA mission. 2.0 REQUIREMENTS: The contractor shall provide software upgrades, software support, and factory training. 2.1 GENERAL REQUIREMENTS: All fault reporting and configuration management shall be handled by the DMEA system manager or network manager. The DMEA System Manager will formally accept all deliverables on services, reports, and product updates. 2.2 SOFTWARE: The contractor shall deliver the software upgrades that are required to enhance the existing Mentor Graphics Environment. 2.3 SOFTWARE MEDIA WARRANTY: The contractor shall warranty media tapes or compact discs (CD?s) of design tools and/or libraries. If the media is found to have problems, upon notification by DMEA, the contractor shall respond within ten (10) working days with a replacement tape. 2.4 SOFTWARE SUPPORT: The design engineer will be the focal point for telephone consultation. The contractor will provide technical support via telephone between 0800 PST and 1600 PST, excluding weekends and holidays. 2.5 SOFTWARE FIELD SUPPORT: The contractor shall provide vendor approved field support to perform corrective actions on reported failures outside the scope or expertise of the DMEA system manager. The contractor shall perform corrective actions within 48 hours after submission of trouble report. 2.6 SOFTWARE FACTORY SUPPORT: The contractor shall provide vendor factory support, and the software updates to perform corrective actions outside the scope or expertise of contractor field support activities. 2.7 DOCUMENTATION: The contractor shall deliver all pertinent documentation required to implement and use the upgraded software. Documentation shall be provided in printed form. Second or backup copies will be provided on 4mm tape or Compact Disk (CD). 2.8 FACTORY TRAINING: The contractor shall provide factory training. The contractor shall provide factory training on the use of the updated software modules, and its effect on the current design and test environment. All familiarization will be conducted at the vendor?s facility. The following software upgrades are for a nine (9) month Period of Performance: 01 December 2005 to 31 August 2006. Product Number, Mentor Graphics Product Name: 010000AN, Falcon Framework MGC, 3Qty;217333GN,EDIF 200 Netlist Writer Op SW,1Qty; 034656GN,QuickSim II Kernel V8 Op SW, 1Qty; 039055GN,Quickcheck Runtime V8 Op SW, 1Qty;039986GN,Board Station V8 SW,1Qty; 218755F,EDIF 300-400 Schm Writer Op,1Qty;218752F,EDIF 300-400 Schm Reader, 1Qty;034602GF,Idea Station V8 SW, 2Qty;034617DF, Design Architect V8 Ap SW,2Qty;051615GF,Accusim II Kernel V8 Op SW,1Qty; 035562GN,SimView V8 Op SW,1Qty; 205816RE*,FPGA Advantage ASIC Op SW,2Qty; 209078RE*,FPGA Advantage Adv GFX VHDL L3 Ap, 2Qty;205452PE*,ModelSim SE/VHDL Ap SW,1Qty; 204289PE*,ModelSim PE/VHDL Ap SW, 2Qty; 204289RU*,ModelSim PE/VHDL Ap SW, 1Qty. The following FAR clauses apply: 52.212-1, Instructions to Offerors-Commercial, Jan 2005; 52.212-2, Evaluation ? Commercial Items, Jan 1999; 52.212-3, Offeror Representations and Certifications-Commercial Items, Mar 2005; 52.212-4, Contract Terms and Conditions-Commercial Items, Sep 2005 and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Sep 2005; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Sep 2005. The name and telephone number of the individual to contact for information regarding the solicitation: Contract Specialist Kurt Verner, (916) 231-1525, email: verner@dmea.osd.mil, Contracting Officer Dawn B. Doster, (916) 231-1521, email: doster@dmea.osd.mil. Anticipated award date: 11/01/05. Anticipated Period of Performance: 12/01/05 to 08/30/06. FOB/Inspection/Acceptance at Destination: Defense Microelectronics Activity, 4234 54th Street, McClellan, California 95652-2100. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received before the due date published in this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this synopsis. All respondents are reminded of the required Central Contractor Registration (CCR) requirement and Online Representations and Certifications Application (ORCA) to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at www.ccr2000.com. ORCA registration information can be obtained at http://orca.bpn.gov/login.aspx. Facsimile responses are acceptable and must be received on, or before the closing date. Telephone requests will not be honored. Statutory Authority 10 USC 2304 (c) (1), FAR Part 6.302-1. See Note 22.
 
Place of Performance
Address: Defense Microelectronics Activity, 4234 54th Street Bldg 620, McClellan, CA
Zip Code: 95652-2100
Country: USA
 
Record
SN00915483-W 20051015/051013212219 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.