SOLICITATION NOTICE
66 -- Hybrid III 50th percentile crash test dummy FE software model license renewal - Provisions and Clauses Full
- Notice Date
- 8/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-R-0061
- Archive Date
- 8/22/2018
- Point of Contact
- Frankin H. Hamilton, Phone: 5756784963, Daniel J. Balizan, Phone: 5756784963
- E-Mail Address
-
franklin.h.hamilton2.civ@mail.mil, daniel.j.balizan.civ@mail.mil
(franklin.h.hamilton2.civ@mail.mil, daniel.j.balizan.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses Full 1. Solicitation Number: W911QX-18-R-0061 2. Title: SOLE SOURCE FOR: Hybrid III 50th percentile crash test dummy FE software model license renewal 3. Classification Code: 66 4. NAICS Code: 511120 5. Response Date: 07 August 2018 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 6. Description: License Renewal for the Hybrid III 50th percentile crash test dummy finite element model. Disclaimer: This is a combined synopsis/solicitation for commercial items 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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i). The name of the company the Government intends to award a contract to is Humanetics Innovative Solutions, Inc. 47460 Galleon Drive Plymouth, MI 48170. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 published 15 June 2018. For purposes of this acquisition, the associated NAICS code is 511120. The small business size standard is N/A-Sole source Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001: Humanetics Anthropometric Test Device (ATD) Hybrid III 50th Finite Element (FE) Model license - One (1) Year Option CLIN0002: Humanetics Anthropometric Test Device (ATD) Hybrid III 50th Finite Element (FE) Model license - One (1) Option Year Specifications/Requirement: The Army Research Laboratory requires a one (1) year Class 4 renewal license of Humanetics Anthropometric Test Device (ATD) Hybrid III 50th Finite Element (FE) Model license. Delivery: Delivery is required by one (1) week after contract award. Delivery shall be made to Aberdeen Proving Ground, MD. Acceptance shall be performed at Aberdeen Proving Ground, MD. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A - Sole Source Procurement III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATIONS AND CERTIFICATIONS (OCT 2015) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7048, EXPORT-CONTROLLED ITEMS (JUNE 2013)252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 52.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS INTENT TO SOLICIT ONLY ONE SOURCE ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT DISTRIBUTION STATEMENT A TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM REQUIREMENTS (ARL-Adelphi) PAYMENT OFFICE (BANKCARD) VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. Offers are due on 07 August 2018, by 11:59 AM Eastern Standard time (EST), via email to Franklin Hamilton, franklin.h.hamilton2.civ@mail.mil. Please reference solicitation W911QX-18-R-0061 on any correspondence. IX. For information regarding this solicitation, please contact Franklin Hamilton, franklin.h.hamilton2.civ@mail.mil, CC Daniel Balizan, daniel.j.balizan.civ@mail.mil. Please reference solicitation W911QX-18-R-0061 on any correspondence Place of Performance: Adelphi Laboratory Center, Adelphi, MD 20783 Set Aside: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7968e1bdc60c818e0203b99cab710531)
- Place of Performance
- Address: Adelphi Laboratory Center, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN05018296-W 20180804/180802231456-7968e1bdc60c818e0203b99cab710531 (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 |