SOLICITATION NOTICE
D -- Abaqus Software Licenses and Maintenance
- Notice Date
- 6/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0376
- Archive Date
- 7/24/2014
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75 effective June 24, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $35.5M. This acquisition is being procured using full and open competition. Simplified acquisition procedures will be utilized. The National Institute of Standards and Technology's (NIST's) Materials Performance Group (MPG) develops new and improved models, test methods and standards to facilitate accurate measurement of the mechanical and corrosion properties of advanced materials, such as high strength steel and aluminum alloys, as well as of conventional materials under extreme environmental and operating conditions experienced in processing and service in order to determine materials and system performance within and outside design limits; generates and disseminates reliable mechanical property and corrosion data; and collaborates with standards organizations, U.S. industry and the Federal Government in test-method development. In order to meet its mission requirements, the MPG uses the Abaqus Finite Element software to divide up a very complicated problem into small elements that can be solved in relation to each other. FEM is a special case of the more general Galerkin method with polynomial approximation functions. The solution approach is based on eliminating the spatial derivatives from the PDE. This approximates the PDE with •A system of algebraic equations for steady state problems, •A system of ordinary differential equations for transient problems. These equation systems are linear if the underlying PDE is linear, and vice versa. Algebraic equation systems are solved using numerical linear algebra methods. Ordinary differential equations that arise in transient problems are then numerically integrated using standard techniques such as Euler's method or the Runge-Kutta method. In solving partial differential equations, the primary challenge is to create an equation that approximates the equation to be studied, but is numerically stable, meaning that errors in the input and intermediate calculations do not accumulate and cause the resulting output to be meaningless. The finite element method is a good choice for solving partial differential equations over complicated domains (like cars and oil pipelines), when the domain changes (as during a solid state reaction with a moving boundary), when the desired precision varies over the entire domain, or when the solution lacks smoothness. The Abaqus software is supplemented with SIMULIA, Complete Abaqus Environment (CAE) and Insight software modules. SIMULIA is a powerful and complete solution for performing virtual tests with realistic simulation which helps reduce product development time and costs, while improving reliability. Insight provides the user with design exploration and optimization technology. The software lets users explore thousands of design options among competitive choices. CAE is a tool that allows the user to visualize advanced Abaqus analyses. Users can create geometry, import CAD models for meshing, or integrate geometry-based meshes that do not have associated CAD geometry. OPTION LINE ITEMS Line items 0002 and 0003 are option line items. Quoters must provide a firm-fixed price for all option line items. Prices for option line items shall remain valid in accordance with the following: Line Item 0002, Option Period I, nine months from the date of award; Line Item 0003, Option Period II, one year and nine months from the date of award; The period of performance for both option line items shall be one year from the date of exercise of option. The Government may exercise option line items, at its discretion, at any time prior to the expiration date of the period of performance of the base period or any option period. Options will be exercised by the issuance of a modification (Standard Form 30). Responsible quoters shall provide pricing for all of the following line items. LINE ITEM 0001 - BASE PERIOD: Quantity nine months. The Contractor shall provide software licenses, upgrades, support and maintenance for all of the following: Qty 1 each Token for SIMULIA Abaqus/ (CAE) Analysis Pack Qty 4 each License for SIMULIA Abaqus/CAE Analysis Pack Qty 76 each SIMULIA Abaqus Analysis Tokens Qty 1 each License for SIMULIA Insight Gateway Pack Qty 1 each License for SIMULIA Insight Plus Pack Maintenance requirements are specified in the section entitled "Maintenance Requirements." The anticipated period of performance for the base period is September 1, 2014 through May 31, 2015. LINE ITEM 0002 - OPTION PERIOD I: Quantity one (1) year. The Contractor shall provide software licenses, upgrades, support and maintenance for all of the following: Qty 1 each Token for SIMULIA Abaqus/ (CAE) Analysis Pack Qty 4 each License for SIMULIA Abaqus/CAE Analysis Pack Qty 76 each SIMULIA Abaqus Analysis Tokens Qty 1 each License for SIMULIA Insight Gateway Pack Qty 1 each License for SIMULIA Insight Plus Pack Maintenance requirements are specified in the section entitled "Maintenance Requirements." The anticipated period of performance for Option Period I is June 1, 2015 through May 31, 2016. LINE ITEM 0003 - OPTION PERIOD II: Quantity one (1) year. The Contractor shall provide software licenses, upgrades, support and maintenance for all of the following: Qty 1 each Token for SIMULIA Abaqus/ (CAE) Analysis Pack Qty 4 each License for SIMULIA Abaqus/CAE Analysis Pack Qty 76 each SIMULIA Abaqus Analysis Tokens Qty 1 each License for SIMULIA Insight Gateway Pack Qty 1 each License for SIMULIA Insight Plus Pack Maintenance requirements are specified in the section entitled "Maintenance Requirements." The anticipated period of performance for Option Period II is June 1, 2016 through May 31, 2017. MAINTENANCE REQUIREMENTS The following requirements apply to all tokens/licenses and packs for the base period and each one year option period. Upgrades The Contractor shall make available for installation via internet download or via direct mail all software upgrades released during the period of performance not later than ten days after any such upgrade is released. Telephone Support The Contractor shall provide telephone support from 8:30 am to 5:00 pm Eastern Time Monday through Friday with the exception of Federal Holidays. Telephone support must include a response within one business day to questions about operating practices, application use, and service issues that can be diagnosed and resolved over the telephone. Online Support The Contractor shall provide access to unmanned online support 24 hours per day, 7 days per week. Acceptance Criteria The software, tokens, and packs shall operate in accordance with the manufacturer's specifications. If this requirement is not met, the Contractor shall take immediate corrective action to resolve the performance issue by replacing the software or by providing assistance at no additional cost to the Government. Responsibility to Perform The prime Contractor shall retain all responsibility for the required maintenance and support as well as responsibility for the actions or lack of action taken by all Subcontractors and/or consultants. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that the quoter can meet all maintenance requirements for all licenses, tokens, and software packs for the base period and all option periods, maintains an active business relationship with all proposed subcontractors and/or consultants to complete the required work, and will maintain an active role in the required work. PRICE Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine whether that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All quoters shall submit the following: 1. For the purpose of evaluation of technical acceptability: -Documentation and/or product literature, which clearly demonstrates that the quoter will meet all maintenance and support requirements; -Written documentation and/or correspondence between the Contractor and the manufacturer which clearly demonstrates that proposed service personnel maintain active and current credentials to provide the required maintenance and support; -If the prime Contractor is proposing a subcontractor to perform maintenance and support requirements, documentation which shows that the prime Contractor and the proposed subcontractor have an agreement which confirms that the subcontractor has agreed to work with the prime contractor to perform the work the subcontractor has been proposed to perform. Prime Contractors are reminded that the Government has no privity of contract with subcontractors; -Documentation, which explains how service calls will be handled when the Government contacts the prime Contractor for service. The prime Contractor retains all responsibility for all required work. 2. A firm-fixed price, FOB Destination price quotation for the base period and each one year option period; 3. This is an Open-Market Combined Synopsis/Solicitation for maintenance and support of Abaqus software, as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation; 4. The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award; 5. If the quoter's representations and certifications do not reflect the NAICS code governing this solicitation, quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Carol A. Wood, Contract Specialist at Carol.wood@Nist.gov. FAX quotations will not be accepted. Submission must be received not later than 3:30 p.m. Eastern Time on July 8, 2014. A quotation shall be considered received when it is received in the electronic inbox of Carol Wood not later than the date and time identified herein. Questions: All questions regarding this notice must be submitted via e-mail to carol.wood@nist.gov not later than five calendar days after the posting date of this notice. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.217-5, Evaluation of Options In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-5 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.209-6,Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.217-7, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0376/listing.html)
- Place of Performance
- Address: Contractor's Site, United States
- Record
- SN03410238-W 20140702/140701023846-ea4c24540976a14765bedd01d58229a8 (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 |