Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
SOLICITATION NOTICE

70 -- Abaqus licenses, maintenance and support - Redacted Brand Name Specification

Notice Date
9/12/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
N66604-19-Q-3694
 
Point of Contact
Allison DeSimone,
 
E-Mail Address
allison.desimone@navy.mil
(allison.desimone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Brand Name Specification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) Number is N66604-19-Q-3694. The Naval Undersea Warfare Center Division, Newport ("NUWCDIVNPT") is seeking a Firm Fixed Price ("FFP") quote for the following Abaqus licenses, maintenance and support: Item# Description Qty CLIN 0001 SIMULIA Abaqus/CAE Concurrent Perpetual License 1 CLIN 0002 SIMULIA Abaqus/Viewer Concurrent Perpetual License 1 CLIN 0003 SIMULIA Abaqus/CAE maintenance and support 1 9/27/2019 through 7/14/2020 CLIN 0004 SIMULIA Abaqus/Viewer maintenance and support 1 9/27/2019 through 7/14/2020 All items listed above (CLINs 0001-0004) are Brand Name Specified Items, no substitutions allowed (see the attached Brand Name Specification). Items must be new. Used or refurbished items are not allowed. F.O.B. Destination Newport, RI 02841. The required delivery for these licenses is a one time delivery within 3 days of purchase order award. The North American Industry Classification Systems (NAICS) code for this requirement is 511210. The Small Business Size Standard is $41.5M. This action is being processed as unrestricted, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses 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 apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and Clause 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Section 508: This procurement includes Electronic and Information Technology (EIT), but an exception applies. Therefore, Section 508 is exempt from this requirement. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, payment will be made via Wide Are Workflow (WAWF). Please confirm if MasterCard is an acceptable form of payment within the quotation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: 1) the offeror must quote items which meet the requirements specified, in the required quantities; (2) the Government will consider past performance information in accordance with DFARS Provision 252-213-7000 where negative information within SPRS (formerly PPIRS-SR) may render a quote being deemed technically unacceptable. Offerors shall include price and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Offers shall be submitted via electronic submission to Allison DeSimone at allison.desimone@navy.mil. Offers must be received on or before Tuesday, 17 September 2019, 2:00PM Eastern Standard Time (EST). Offers received after the closing date and time are considered to be late and will not be considered for award. For information on this acquisition contact Allison DeSimone at allison.desimone@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-3694/listing.html)
 
Record
SN05442530-W 20190914/190912231237-39f0f386c43e07c7046e8065452f439e (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.