Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOLICITATION NOTICE

D -- Stress Check Software License Renewal

Notice Date
6/2/2020 1:15:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8220 AFLCMC WLDKAA HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA8220-20-Q-3001
 
Response Due
6/5/2020 12:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Greg Hales, Phone: 801-775-6527, Charity Simcox, Phone: 801-586-4412
 
E-Mail Address
gregory.hales.2@us.af.mil, charity.simcox@us.af.mil
(gregory.hales.2@us.af.mil, charity.simcox@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Government intends to award a sole source, (FFP) firm fixed price, contract to ESRD, Inc. in accordance with FAR 13.501, and FAR 13.106 (b). Interested parties may identify their interest capability by contacting the buyer/contracting officer identified in this solicitation. (ii) Solicitation Number: FA8220-20-Q-3001 This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-06. Contracting Officer's Business Size Selection: Small Business NAICS Code: 541512 Small Business Size Standard: $30.0 Million (iv)� CLIN Nomenclature UI QTY 0001 �Stresscheck software license renewal and technical support 1 LO Qty: 6 SBEPFWM - StressCheck Core & 64-bit Solver Paid-Up Floating Win Maintenance Qty: 4 SLIPFWM - Linear Elasticity Analysis Paid-Up Floating Win Maintenance Qty: 1 SNLPFWM - Nonlinear Analysis Paid-Up Floating Win Maintenance Qty: 4 SFRPFWM - Fracture Mechanics Analysis Paid-Up Floating Win Maintenance Qty: 1 SCWPFWM - Cold Working Analysis Paid-Up Floating Win Maintenance Qty: 4 SMA8FWM - MeshSim-Advanced Automesher Paid-Up Floating Win Maintenance (vi) Description of item(s) to be acquired: Please reference the attached product description and specifications for the list of modules to be supported. (vii) Period of Performance and place: The contractor shall provide requested products and support from one year ARO to Legacy Training Aircraft Division (LTAD) (AFMC/WLDM) located at Hill AFB, Utah. Questions: (if Necessary) All questions regarding this solicitation can be sent to gregory.hales.2@us.af.mil and must be received NLT 1300 MDT, 4 Jun 2019 MDT. (viii) The provision at 52.212-1, Instructions to Offerors -- (DEVIATION 2018-O0018), applies to this acquisition. Offers are due by 1300 MDT, 5 Jun 2020 via electronic mail to gregory.hales.2@us.af.mil and charity.simcox@us.af.mil a. Provide Cage code when submitting bid (ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition and a statement regarding any addenda to the clause. (xi) FAR 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders- Commercial items (Deviation 2013-O0019) (Nov 2017) (xii) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post- Award Small Business Program Rerepresentation 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 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or transactions relating to Iran- Representation and Certifications 52.232-8 Discounts for Prompt Payment 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.244-6 Subcontracts for Commercial Items 52.247-34 F.O.B Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses incorporated by reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 5352.201-9101 Ombudsman (Jun 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Lisette K. LeDuc AFMC OL_H/PZC at 801-777-6549, email lisette.deduc@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Gregory Hales by email at gregory.hales.2@us.af.mil and Charity Simcox at charity.simcox@us.af.mil. NLT 1300 MDT, 4 June 2020. Offers are due by 1300 MDT, 5 June 2020 via electronic mail to gregory.hales.2@us.af.mil and Charity Simcox at charity.simcox@us.af.mil. (xvi) For additional information regarding the solicitation contact Gregory Hales at 801-775-6527/Charity Simcox at 801-586-4412. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event this solicitation is cancelled, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf2d57ed7506436997fa08fe794d460a/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05676979-F 20200604/200602230206 (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.