Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOLICITATION NOTICE

D -- Thermal Desktop software modules, including Thermal Desktop, SINDA/FLUINT, RadCAD, FloCAD, SinapsPlus, Thermal Adaptor for Space Claim and Mesh Generation for Space Claim

Notice Date
5/5/2020 8:28:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA SHARED SERVICES CENTER STENNIS SPACE CENTER MS 39529 USA
 
ZIP Code
39529
 
Solicitation Number
80NSSC20Q0378
 
Response Due
5/7/2020 9:00:00 AM
 
Archive Date
05/22/2020
 
Point of Contact
Bruce T. McDonald, Phone: 228-813-6310, Fax: 228-813-6493, Tammy McIver, Phone: 228-813-6050, Fax: 228-813-6493
 
E-Mail Address
bruce.t.mcdonald@nasa.gov, tammy.l.mciver@nasa.gov
(bruce.t.mcdonald@nasa.gov, tammy.l.mciver@nasa.gov)
 
Description
NASA/NSSC has a requirement for renewal licenses of Thermal Desktop software modules, including Thermal Desktop, SINDA/FLUINT, RadCAD, FloCAD, SinapsPlus, Thermal Adaptor for Space Claim and Mesh Generation for Space Claim. NASA/NSSC intends to issue a sole source contract to Cullimore & Ring Technologies, Inc. (C&R), 2501 Briarwood Drive, Boulder, CO 80305 under the authority of FAR 13.501. �It has been determined that Cullimore & Ring Technologies, Inc. (C&R) is the sole provider of Thermal Desktop, SINDA/FLUINT, RadCAD, FloCAD, SinapsPlus, Thermal Adaptor for Space Claim and Mesh Generation for Space Claim.� The proposed contract will have a period of performance consisting of one year. NASA/NSSC will be the procuring center for this effort.� Performance will be located at NASA/Headquarters (HQ), Ames Research Center (ARC), Glenn Research Center (GRC), Goddard Space Flight Center (GSFC), Jet Propulsion Laboratory (JPL), Johnson Space Center (JSC), Kennedy Space Center (KSC), Langley Research Center (LaRC), and Marshall Space Flight Center (MSFC). The proposed contract will have a period of performance from award date to 30 April 2021. Delivery is FOB Destination. This notice 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; offers are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. The NAICS Code for this procurement is 541511 Any award from this RFQ shall require the potential vendor to be certified within the System for Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov. This notice of intent is not a request for competitive quotations; however, all quotations/responses received by May 07, 2020 by 11:00 AM CT will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any quotation/response should be emailed Bruce.T.Mcdonald@nasa.gov, and copy Caitlin.M.Poulton@nasa.gov . All contractual and technical questions must be in writing (e-mail) no later than May 06, 2020 by 11:00 AM CT.� Telephone questions will not be accepted. The following clauses and provisions are applicable to this combined synopsis/solicitation: 52.212-1, Instructions to Offerors; 52.212-3 Offeror Representations and Certifications�Commercial Items; 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. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html . The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.html Offerors must include completed copies of the provision at 52.212.3 Offeror Representations and Certifications-Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. Quote Evaluation Criteria: NASA/NSSC intends to issue a sole source contract. The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable (LPTA) offer.� Offer�s not deemed technically acceptable will be removed from further consideration of the contract award. Contracting Office Address: NASA Shared Services Center, Jerry Hlass Rd. Stennis Space Center, MS 39529 Attachments: 80NSSC20Q0378 Attachment 1 JOFOC_Redacted 80NSSC20Q0378 Attachment 2 Terms and Conditions 80NSSC20Q0378 Attachment 3 Bill of Materials Point of Contact: Name:� Bruce Mcdonald Title:��� Contract Officer Phone:� 228-813-6310 Fax:����� 228-813-6493 Email:� Bruce.T.Mcdonald@nasa.gov Name:� Caitlin Poulton Title:��� Procurement Specialist Phone:� 228-813-6211 Fax:����� 228-813-6493 Email:� Caitlin.M.Poulton@nasa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e578c1e1a959461db9576207c165ffe0/view)
 
Place of Performance
Address: Stennis Space Center, MS 39529, USA
Zip Code: 39529
Country: USA
 
Record
SN05645693-F 20200507/200505230159 (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.