Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2014 FBO #4611
SOLICITATION NOTICE

66 -- SIMULIA Abaqus Software Package - Statement of Work

Notice Date
7/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
NB647000-14-03026
 
Archive Date
8/6/2014
 
Point of Contact
Jason Wells, Phone: 3034973764, Patricia M. Bullington, Phone: 3034973106
 
E-Mail Address
jason.wells@nist.gov, patricia.bullington@nist.gov
(jason.wells@nist.gov, patricia.bullington@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SoW This is a combined synopsis/solicitation for commercial items/services 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. (ii) This solicitation, NB647000-14-03026 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 423430, Small business size standard is 500 employees. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001: One (1) SIMULIA Abaqus Software Package along with support for the new software. (vi) Description of requirements for the items to be acquired: 1. Nine (9) SIMULIA Abaqus Extended Portfolio Tokens/Licenses. These tokens/licenses must include access and use for Abacus/Standard, Abacus/Explicit, Abacus/CFD, Abacus/CAE, Abacus/Viewer, and Isight. 2. Provide all software updates released by the manufacturer throughout the period of performance. 3. Provide at least two (2) years warranty on the software. The warranty shall begin after successful completion of acceptance testing by the government. 4. Provide telephone support for the covered equipment during regular business hours Monday through Friday 8:00 am to 5:00 pm Mountain Time except for Federal Holidays. Telephone support must include response to questions about operating practices, application use, and service issues that can be diagnosed and resolved over the telephone throughout the period of performance. 5. Provide access to online technical support 24 hours a day, 7 days per week throughout the period of performance. 6. Software must meet NIST IT Security and Standard operating configuration requirements as follows: a. The Government will perform security assessments for authorization (A&A) and continuous monitoring, to include web, database, and operating system vulnerability scanning (as applicable) and will inform the Contractor of identified risks associated with missing patches and/or configuration settings. The Government will determine the risk rating of identified vulnerabilities. The Government prefers, but does not require, that the Contractor provide an action plan, and a schedule for implementing the action plan and providing and updated version of the software, at no cost to the Government, to mitigate security risks found during A&A and continuous monitoring activities not later than 90 days of NIST's notification of security risks. (vii) FOB Destination for delivery to 325 Broadway, Boulder CO, 80305 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. This is a brand or equal requirement. Offerors proposing to furnish an "equal" product must include product make. Model, catalog description or similar information sufficient for the government to evaluate the product against the salient characteristics listed in Para (vi). All offers must include shipping FOB Destination. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Lowest Price, Technically Acceptable, Technical capability will be evaluated by how well the proposed services meet the Government requirement as stated in Paragraph (vi). (x) The offeror must have completed the Online Representations and Certifications Application (SAM) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(12), b(26), b(27), b(28), b(29), b(31), b(38), b(42), b(48). (xiii) The following clauses are also applicable to this acquisition: CAR 1352.209-73, CAR 1352.209-74, CAR 1352.246-70 (Place of acceptance will be the address at Para (vii)). The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 11:00 am Mountain Time, Tuesday, July 22nd, 2014 and must include the following: Company name, address phone numbers, DUNS number, itemized quote. Quotes shall be delivered via email to jason.wells@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB647000-14-03026/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03417645-W 20140710/140708235023-96f014ee43ca2c120519191c8b23bcd9 (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 |
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.