SOLICITATION NOTICE
70 -- Renewal of NUCARS software licenses
- Notice Date
- 2/4/2020 4:18:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 42343
—
- Contracting Office
- VOLPE NATL TRANSPORTATION SYS CNTR CAMBRIDGE MA 02142 USA
- ZIP Code
- 02142
- Solicitation Number
- 6913G620Q300033
- Response Due
- 2/7/2020 12:00:00 PM
- Archive Date
- 05/07/2020
- Point of Contact
- Karen Marino, Phone: 6174942437
- E-Mail Address
-
karen.marino@dot.gov
(karen.marino@dot.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G620Q300033 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2020-04, effectiveJanuary 15, 2020. �The NAICS Code is 423430; the Small Business size standard is 250 Emp. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) in supporting Federal Railroad Administration (FRA), intends to solicit and award a purchase order to Transportation Technology Center, Inc., �under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements.� �The Volpe Center has a requirement to renew two licenses to operate NUCARS software from 2/1/2020 through 1/31/2021.� �NUCARS is the only simulation package that has been sufficiently validated to predict the nonlinear dynamic response of North American railroad vehicles to specified track conditions.� Also, NUCARS software is required to access the results from decades of past simulation work performed by Volpe Center engineers. REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. �Please provide a firm fixed price quote on the following CLINs: CLIN 00100 � One-user, One-year Right-To-Use NUCARS License, QTY: 1 EA Unit Price $____________ Total $_____________ CLIN 00200 � Additional One-user, One-year Right-To-Use NUCARS License, QTY: 1 EA Unit Price $____________ Total $_____________ Total Price for CLINs 00100 through 00200 $_________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in an attachment. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.204-25, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1 and 52.232-33. �These references may be viewed at www.acquisition.gov/far.� This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V222, 55 Broadway, Cambridge, MA 02142. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via email to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 02/07/2020. No telephone requests will be honored. The Government will not pay for any information received. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. Please read the following provision and complete the highlighted section: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �Critical technology�, and �Substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a) (1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Representation. The Offeror represents that� It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a980ffca68f40a7b8109244bf1856fe/view)
- Record
- SN05552004-F 20200206/200204230140 (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 |