SOLICITATION NOTICE
D -- OrCAD Software Maintenance Renewal
- Notice Date
- 3/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-16-Q-1378
- Point of Contact
- Adrienne M. Gregor, Phone: 4018328635
- E-Mail Address
-
adrienne.gregor1@navy.mil
(adrienne.gregor1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items and will be prepared in accordance with the format in FAR 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. Request for Quotation (RFQ) number is N66604-16-Q-1378. The North American Industry Classification System (NAICS) Code is 541519, size standard is $27.5M. Incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2005-87. The Naval Undersea Warfare Center Division intends to award a firm fixed price purchase order to EMA Design Automation of Rochester, NY for the following: (1) OrCAD Printer Circuit Board (PCB) Design Suite Software Maintenance for one (1) year. The Naval Undersea Warfare Center, Division Newport, RI (NUWCDIVNPT) Advanced Scientific and Engineering Computational Center (ASECC) has a requirement for renewal of OrCAD PCB design suite Software Maintenance to insure uninterrupted use of the latest software updates and patches and user hotline support. EMA Design Automation is the only authorized vendor in North America. Exact matches only, no substitutions. The Cadence OrCAD suite currently used at NUWCDIVNPT for PCB designs and analysis is the only software able to meet the exact match requirements. Any alternative PCB development software would be time and cost prohibitive from a training, conversion, and configuration management perspective. All other timely offers will be considered. Offers for other products must contain complete product information and prices. FAR 52.212-1 Instructions to Offerors - Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation - Commercial Items. Evaluation factors are technical capability, price, and past performance. Each is equally important. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items applies. FAR 52.212-4, Contract Terms and Conditions -Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies. The contractor shall provide a Unique Item Identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000 or more. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Offers should include price and delivery terms. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted to Naval Undersea Warfare Center Division Newport, Commercial Acquisition, Code 0222, 1176 Howell Street, Bldg. 1258, Newport, Rhode Island 02841 via email to Adrienne Gregor, adrienne.gregor1@navy.mil. Offers must be received by 2:00 p.m. EST on 1 April 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-1378/listing.html)
- Record
- SN04063297-W 20160327/160325234619-c28fb9b166df9e7de76a6c5d4bab7a87 (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 |