SOLICITATION NOTICE
70 -- Notice of Intent to Sole Source- ANSYS Software License Annual Renewal Packages
- Notice Date
- 7/9/2020 8:42:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0085
- Response Due
- 7/16/2020 8:59:00 AM
- Archive Date
- 07/31/2020
- Point of Contact
- Karen A. Tran, Phone: 5756784963, Phillip J. Amador, Phone: 5756783523
- E-Mail Address
-
karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil
(karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil)
- Description
- (i)� This 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; proposals are being requested and a written solicitation will not be issued. � INTENT TO SOLICIT ONLY ONE SOURCE � The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i).� The name of the company the Government intends to award a contract to is ANSYS, Inc., 2600 ANSYS Dr Canonsburg, PA, 15317-0404.� This notice of intent is not a request for competitive proposals.� However, the Government will consider all proposals received prior to the closing date and time of this solicitation. � �������������������� (ii)� The solicitation number is W911QX20Q0085.� This acquisition is issued as an Request for Quote (RFQ). � �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07. � �������������������� (iv)� This acquisition is set-aside for The associated NAICS code is 511210. The small business size standard is $1,000 employees. � �������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� � CLIN 0001 � � Quantity of three (3) � ANSYS CFD PrepPost � TECS � Quantity of three (3) ANSYS Faceted Data Toolkit for SpaceClaim � TECS � �������������������� (vi) �Description of requirements: The Contractor shall provide ANSYS Software License Annual Renewal Packages for one (1) base year and two (2) option year periods. � �������������������� (vii) The period of performance is (Year 1: 2020-2021), (Year 2: 2021-2022), (Year 3: 2022-2023).� The performance of the preventative maintenance shall occur a Aberdeen Proving Ground, MD 21005.� Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is The FOB point is U.S. Army Research Laboratory, Aberdeen Proving Ground, MD. � �������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: NONE � �������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A. Notice of Intent to Sole Source. � �������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � �������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. � �������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: � 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) � 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19� CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 , REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) �������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): � 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.213-2 INVOICES (APR 1984) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � ALC PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS � �������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A �������������������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. � � �������������������� (xvi)� Offers are due�07/16/2020 by 11:59 AM ET, by email to Contracting Officer, Phillip J. Amador, phillip.j.amador.civ@mail.mil or Contract Specialist, Karen A. Tran karen.a.tran.civ@mail.mil. � �������������������� (xvii)� For information regarding this solicitation, please contact Contracting Officer, Phillip J. Amador phillip.j.amador.civ@mail.mil or Contract Specialist, Karen A. Tran karen.a.tran.civ@mail.mil � �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8cb2360044a0435aa2146538cb96c86a/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05716732-F 20200711/200709230144 (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 |