SOLICITATION NOTICE
D -- NASA KSC SOLE SOURCE CST STUDIO SUITE LICENSE AND SUPPORT TO CST OF AMERICAINC
- Notice Date
- 4/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11382334Q
- Archive Date
- 4/8/2012
- Point of Contact
- Alissa N. Mandernack, Contract Specialist, Phone 321-867-3380, Fax 321-867-4848, Email alissa.mandernack@nasa.gov
- E-Mail Address
-
Alissa N. Mandernack
(alissa.mandernack@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation is a sole source acquisition notice forcommercial items prepared in accordance with FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.The Kennedy Space Center (KSC) has a requirement for CST Studio Suite License andSupport. This notice is being issued as a Sole Source Request for Quotation to CST ofAmerica, Inc., Framingham, MA for the following:CLIN 1: Maintenance of Existing CST Studio Suite License Period of Performance: 4/30/2011 through 4/29/2012CLIN 2: 3D Import TokenPeriod of Performance: 4/30/2011 through 4/29/2012CST of America, Inc. is the only authorized source of this software support. The LaunchServices Program (LSP) at Kennedy Space Center (KSC) requires electromagneticinterference analysis and has designed and developed unique models and processes of itsown that supplement and interface with CST Studio Suite software designed by CST ofAmerica, Inc. This software is required in order to meet mission and launch schedules. Itis in the best interest of the Government to procure this software support from CST ofAmerica, Inc. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 11:00am time on April 14, 2011. Such detailed capabilities and qualificationsmust demonstrate in writing the ability to meet this requirement and will be evaluatedsolely for the purpose of determining whether or not to conduct this procurement on acompetitive basis. A determination by the Government not to compete this proposed efforton a full and open competition basis, based upon responses to this notice, is solelywithin the discretion of the Government. Questions must be received in writing (email) by 11:00am EST on April 13, 2011 to theidentified point of contact.Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. An Ombudsman hasbeen appointed. See NASA Specific Note 'B'. In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Code and the small business size standard for this procurement are 511210, $25 (inmillions of dollars) respectively. The offeror shall state in their offer their sizestatus for this procurement.Offers for the items described above are due by 11:00am EST on April 14, 2011 toNASA-KSC, Attn: Alissa Matthews, OP-LS, KSC, FL 32899 or alissa.matthews@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. If an offer is submitted in response to this synopsis, it must include completed copiesof the provision at 52.212-3, Offeror Representations and Certifications - CommercialItems, with their offer. These may be obtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).The DPAS rating for this procurement is DO-C9The provisions and clauses in the RFQ are those in effect through FAC 2005-51.Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (April 2011), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:(1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAn ombudsman has been appointed -- See NASA Specific Note 'B'.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11382334Q/listing.html)
- Record
- SN02420343-W 20110410/110408234347-6a09a95983a06cf9e716d823e990f318 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |