SOLICITATION NOTICE
D -- SIEMENS' FEMAP with NX NASTRAN Version 10.x.x SOFTWARE (E601) & ANNUAL MAINTENANCE LICENSE (E601-MT) - Package #1
- Notice Date
- 12/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
- ZIP Code
- 92136
- Solicitation Number
- N5523618Q0006
- Point of Contact
- John W. Small, Phone: 619-556-2553, Ricardo Barraza-Cobos, Phone: 619-556-1942
- E-Mail Address
-
john.small@navy.mil, ricardo.barraza-cobo@navy.mil
(john.small@navy.mil, ricardo.barraza-cobo@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Brand Name J&A This combined synopsis/solicitation for commercial items is prepared in accordance with format 12.6, as supplemented, utilizing FAR Part 13. THIS REQUEST FOR QUOTE, IS A FULL AND OPEN SOLICITATION, under NAICS 511210. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular, 2005-96, effective date 06 Nov 2017. This is a written solicitation (N5523618Q0006) for three (3) SIEMENS' FEMAP with NX NASTRAN Version 10.x.x SOFTWARE (E601) & ANNUAL MAINTENANCE LICENSE (E601-MT) in accordance with the attached statement of work for SWRMC Code 1170 / IT Division at Naval Base San Diego. The required delivery date (RDD) is no later than 30 days after receipt of order (ARO). Your quote must be received via email by the primary and secondary contacts; below, no later than December 11, 2017, 11:00 AM (PST). PRIMARY Contract Specialist: John Small, (619) 556-2553, john.small@navy.mil SECONDARY Contract Specialist Ricardo Barraza-Cobos, (619) 556-1942, Ricardo.Barraza-Cobo@navy.mil and Contract Specialist: Cynthia Urias, (619) 556-1336, cynthia.urias@navy.mil. FAR 52.212-1 Instruction to Offerors- Commercial Items, applies to the subject solicitation. FAR 25.101(a) The Buy American statute restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American statute uses a two-part test to define a domestic end product. (1) The article must be manufactured in the United States; and (2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 1907, this component test of the Buy American statute has been waived for acquisitions of COTS items (see 12.505(a)). Vendor shall provide written confirmation with their quote the products they are proposing are in compliance with the Buy American Act. Offeror shall comply with all the Commercial FAR/ DFARs/NMCARs clauses and solicitation requirements for this request. FAR 52.12-2 Evaluation - Commercial Items: Technical acceptability will be evaluated by SWRMC Code 1170 / IT Department. Contracting Officer will determine proposed price is fair and reasonable in accordance with FAR 13.106-3(a)(2)(i)and (vi). Technical tradeoffs cannot be made. Award will be made if vendor is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and the proposal conforms to the solicitation requirements. Award will be made upon technical acceptance and fair and reasonable determination. FAR 12.3 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items: NMCARS 5212.301(f) sets forth approval requirements for supplementing FAR 12 provisions/clauses with use of additional provisions/clauses (including HCA provisions/clauses). Approval requirements are set forth for both ASN(RD&A) and DPAP approvals. FAR 52.212-5-- Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 252-2 -- Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR clauses & provisions: http://farsite.hill.af.mil DFARS clauses & provisions: http://farsite.hill.af.mil/vmdfara.htm FAR Clauses by Reference: FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B Destination FAR 252-6 Authorized Deviations in Clauses DFAR Clauses by Reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.246-7000 Material Inspection and Receiving Report 252.232-7006 Wide Area Workflow Payment Instructions 252.247-7023 Transportation of Supplies by Sea RMC G-2-0052 Authorized Changes only by the Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523618Q0006/listing.html)
- Record
- SN04756805-W 20171207/171205231114-e376569385e49691f00e0cc5bd9ee7bd (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 |