SOLICITATION NOTICE
70 -- HyperWorks Perpetual Network License Updated to Altair Multiphysics and Mechatronics Solution Suite and Software maintenance renewal
- Notice Date
- 5/17/2021 8:46:30 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
- W911QX-21-Q-0135
- Response Due
- 5/24/2021 8:59:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- Dale M. Brunson, Phone: 3013941200
- E-Mail Address
-
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS � 1.� Solicitation Number:� W911QX21Q0135 2. �Title:� HyperWorks Perpetual Network License Updated to Altair Multiphysics and Mechatronics Solution Suite and Software maintenance renewal. 3.� Class Code: 7A 4.� NAICS Code:� 511210 5.� Response Date: Five (5) Business Days After Posting, not including the date posted, due via email to the Primary Point of Contact listed in the SAM.beta.gov webpage for this combined synopsis-solicitation. 6.� Description:� Sole Source Purchase of One (1) HyperWorks Perpetual Network License, One (1) Update to Altair Multiphysics and Mechatronics Solution Suite and One (1) Software maintenance renewal. Contract will be for one (1) base year and two (2) option years. Disclaimer: 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).� 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.� The name of the company the Government intends to award a contract to is: Altair Engineering, Inc. 1820 E Big Beaver Rd. Troy, MI 48083-2031 CAGE Code:� 1F7F6 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05, effective March 10, 2021.� For purposes of this acquisition, the associated NAICS code is 511210. The small business size standard is $41.5 Million. Contract Line Item (CLIN) Structure:� The following is a list of contract line item number(s) and items, quantities and units of measure, including option(s): CLIN 0001 (Base Year): �HyperWorks Perpetual Network License Reactivation & Conversion to Altair Multiphysics & Mechatronics Solution Suite, QTY 165 EA CLIN 0002 (Base Year): HyperWorks Perpetual Network License Reativation & Conversion to Altair Multiphysics & Mechantronics Solution Suite � Maintenance Subscription for one (1) year, QTY 165 EA CLIN 0003 (Option Year One): �HyperWorks Perpetual Network License Reactivation & Conversion to Altair Multiphysics & Mechatronics Solution Suite � Maintenance Subscription for one (1) Year, QTY 165 EA CLIN 0004 (Option Year Two): HyperWorks Perpetual Network License Reactivation & Conversion to Altair Multiphysics & Mechatronics Solution Suite � Maintenance Subscription for one (1) Year, QTY 165 EA Description of Requirements: �Reactivation of HyperWorks Software and transition to Altair Simulation Suite with Multi-Physics & Mechatronics level capabilities, including FEKO.� This will include extended maintenance support for 12 months.� This contract is include 1 Base Year and Two (2) Option Periods.�� Performance shall be for a period of 36 months. to Army Reasearch Laboratory (ARL) Adelphi, MD. Acceptance shall be performed at Adelphi, MD. The FOB point is Adelphi, MD. Clauses: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.� The following addenda have been attached to this provision: � In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. � Evaluation Criteria � The specific Evaluation criteria to be used are as follows:� N/A Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate 1), Offeror Representations with its offer:� NONE � 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 � The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Items and the selected clause listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acqusition of Commercial Items, applies to this acquition.� The following additional FAR/DFARS clauses cited in this clause are applicable: � FAR: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6 PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION 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 52.222-35 EQUAL OPPORTUNITY FOR VETERNS (JUN 2020) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-50 COMBATING TRAFFICKING IN PERSONS 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�SYSTEM FOR AWARD MANAGEMENT 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) � DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.203-7005 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION 252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7000 BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7010 LEVIES ON CONTRACT PAYMENTS 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA 6.� 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 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 52.204-24 REPRESENTATION REGARDING CERTAIN TELCOMMUNICATIONS AND VIDEO SURVELLANCE SERVICES OR EQUIPMENT 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVELLANCE SERVICES OR EQUIPMENT 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL ITEMS 52.212-3 ALT1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL ITEMS 52.213-2 INVOICES 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FULL TEXT CLAUSE(S): 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION 252.232-7006 �WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS ADELPHI LOCAL CLAUSES/INFORMATION BY FULL TEXT: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM REQUIREMENTS � ALC DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS 7.� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � 8.� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � Place of Performance:� U.S. Army Research Laboratory, Adelphi, MD� 20783 Set Aside:� N/A Offers are due no later than five (5) business days after posting (not including the date posted) �by 11:59 A.M.� Eastern Standard Time (EST). via email to the Contract Specialist, Mrs. Dale Brunson, dale.m.brunson.civ@mail.mil.�� For information regarding this solicitation, please contact Contract Specialist, Mrs. Dale Brunson, dale.m.brunson.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6982932717b844139901a5ab8084a7b4/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN06004544-F 20210519/210517230114 (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 |