Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOLICITATION NOTICE

D -- ADS-ICCAP Software and Maintenance

Notice Date
2/4/2020 9:40:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB672030-20-00725
 
Response Due
2/11/2020 9:00:00 AM
 
Archive Date
02/26/2020
 
Point of Contact
Aron R. Krischel
 
E-Mail Address
aron.krischel@nist.gov
(aron.krischel@nist.gov)
 
Description
DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE.� THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.� THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contracting officer within three (3) business days of the posting.� All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation.� Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.� (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 511210, Software Publishers, with a small business size standard of $38.5 Million.� This requirement is being competed as a full and open competition.� Any size business may submit a quote.� The National Institute of Standards and Technology (NIST) has a requirement for Absorber Upgrades for Anechoic Chamber and Robotic Range. Attached are the Specifications for solicitation NB672030-20-00725. �Please submit a quote for the required Absorber Upgrades for Anechoic Chamber and Robotic Range that meet the requirements. This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 511210 Software Publishers, with a small business size standard of $38.5 Million. All communications and documents must include the solicitation # NB672030-20-00725. �Please email your quote to me at aron.krischel@nist.gov no later than February11, 2020, 10:00 AM Mountain.� Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than February 8, 2020.� Your quote must meet all requirements of FAR 52.212-1, as well as include the following information: Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. Firm fixed price quote for the Absorber Upgrade Anechoic Chamber and Robotic Range. Payment Terms: Net 30.� The period of performance is a total of 240 days after receipt of the order (ARO). �FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter�s initial quotation should contain the quoter�s best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306.� The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an �unacceptable� technical rating. PRICE: Price shall be evaluated for reasonableness. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 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: 52.222-3, Convict Labor 52.222-19, Child Labor � Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 � Place of Manufacture. FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests� CAR 1352.239-70, Software License Addendum CAR 1342.239-71, Electronic and Information Technology FAR 52.252-2, 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): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer�s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete ""unit"" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., ""Box 1 of 2,"" ""Box 2 of 2,"" and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact me at aron.krischel@nist.gov. Aron Krischel Contracting Officer for National Institute of Technology 325 Broadway Boulder, CO 80305 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SPECIFICATIONS/REQUIREMENTS TITLE: ADS-ICCAP License Maintenance Requesting Lab/Division/Group: CTL 672.03 General Statement of Need NIST requires software license support with software upgrades and support to support the simulation, modeling, and design of state-of-the-art measurement instrumentation for integrated circuits (ICs) working from DC to terahertz frequencies. The new software license support will have to integrate easily with our existing software, hardware, and vendor systems. Background NIST has a continuing need for software to perform circuit layout and design for the Teledyne Scientific and Northrup Grumman semiconductor foundries. NIST currently uses Keysight Advanced Design System (ADS) software for this purpose. This software is compatible with the software used at the two foundries. Objective(s) Obtain software license support for existing software used to perform circuit layout and design for the Teledyne Scientific and Northrup Grumman semiconductor foundries.� Scope/General Requirements Obtain 1 year software license support with software upgrades and support for software required for circuit layout and design for the Teledyne Scientific and Northrup Grumman semiconductor foundries. Tasks/Specific Requirements 1.���W2202BP/12812830 ADS Core, Layout, Advanced Layout, Harmonic Balance bundled software license Quantity: 1 year Due Date: 1 May 2020 2.�W2205BP/12417893 ADS Core, Layout, Advanced Layout, Harmonic Balance, Momentum, Interoperability bundled software license license Quantity:�1 year Due Date: 1 May 2020 3.�W2302EP/12704073 Transient Convolution + Channel Sim element software license Quantity:�1 year Due Date: 1 May 2020 4.�W8500BP/12629652 IC-CAP Device modeling platform bundle license Quantity:�11 months Due Date: 1 June 2020 5.�W2205BP/13441339 ADS Core, Layout, Advanced Layout, Harmonic Balance, Momentum, Interoperability bundled software license license Quantity:�11 months Due Date: 1 June 2020 6.�W8541EP/13441341 IC-CAP Keysight HBT model extraction software license Quantity:�11 months Due Date: 1 June 2020 7.�W8533EP/13441340 IC-CAP Angelov-GaN extraction package software license Quantity: 11 months Due Date: 1 June 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/41fc2fae704a4b50a6befae2262ce8c0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05551219-F 20200206/200204230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.