SOLICITATION NOTICE
70 -- NOTICE OF INTENT TO SOLE SOURCE: One (1) ANSYS GRANTA MI Database Software Technical Enhancements and Customer Support (TECS) Package
- Notice Date
- 4/19/2022 12:55:54 PM
- 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
- W911QX22Q0072
- Response Due
- 4/22/2022 1:30:00 PM
- Archive Date
- 05/07/2022
- Point of Contact
- Morgan Evans, Phone: 3013942379
- E-Mail Address
-
morgan.j.evans6.civ@army.mil
(morgan.j.evans6.civ@army.mil)
- Description
- Solicitation Number: W911QX-22-Q-0072 Title: NOTICE OF INTENT TO SOLE SOURCE Classification Code: 7A20 NAICS Code: 511210 Response Date: Three (3) business days after posting due via email to the Primary Point of Contact (POC) listed in the SAM.gov webpage for this combined synopsis / solicitation. Description: One (1) ANSYS GRANTA MI Database Software Technical Enhancements and Customer Support (TECS) Package 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. NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government intends to award to ANSYS, Inc. 2600 Ansys Drive, Canonsburg, PA, 15317- 0404 (CAGE Code: 0U014). �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. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, published in the Federal Register on January 30, 2022. For purposes of this acquisition, the associated NAICS code is 511210. The small business size standard is $41,500,000.00. 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), if applicable): Base CLIN 0001: Software License Subscription Renewal for ANSYS GRANTA MI Database Software Technical Enhancements and Customer Support (TECS) Package to include: One (1): ANSYS GRANTA MI Enterprise Service TECS Thirty-three (33): ANSYS GRANTA MI User TECS Ten (10): ANSYS GRANTA Advanced Materials Composites TECS Ten (10): ANSYS GRANTA MI Advanced Materials Aero TECS Five (5): ANSYS GRANTA MI Advanced Materials Additive Manufacturing Five (5): ANSYS GRANTA MI Advanced Materials Additive Manufacturing TECS One (1): ANSYS GRANTA MI Advanced Materials Polymers Lease Two (2): ANSYS GRANTA MI Advanced Materials Metals Lease Option CLIN 0002: 12-month Subscription Renewal Delivery: Delivery is required by 30 days after receipt of award. Delivery shall be made to U.S. Army Research Laboratory, 6375 Johnson Road BLDG 321, Aberdeen Proving Ground MD 21005. Acceptance shall be performed at Combat Capabilities Development Command (CCDC) Army Research Laboratory, 6375 Johnson Road BLDG 321, Aberdeen Proving Ground MD 21005. The FOB point is Destination. Clauses: 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: 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. 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 Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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 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: FAR: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6� PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 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) DFARS: *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) �*252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) �*252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) �252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) �252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013)���������������������������������������� *252.225-7974 DEVIATION 2020-O0005 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) The following additional contract requirement(s) or terms and conditions apply: FAR: *52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) *52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.213-2 INVOICES (APR 1984) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS�PROHIBITION ON FEES AND CONSIDERATION (APR 2020) 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): ADELPHI LOCAL CLAUSE LIST OF SPECIAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT *SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERT. (ARL) RECEIVING ROOM REQUIREMENT � APG *EXCEPTIONS IN PROPOSAL *AWARD OF CONTRACT *ADELPHI CONTR. DIVISION URL *FOREIGN NATIONALS PERFORMING *PAYMENT TERMS �DFARS COMMERCIAL CLAUSES *52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) *52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) *52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION 252.232-7006, WIDE AREA WORKLFLOW PAYMENT INSTRUCTIONS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: �N/A VII. The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. VIII. Offers are due three (3) business days after posting by 12:00PM Eastern Standard Time (EST). VIII. For information regarding this solicitation, please contact Morgan Evans, morgan.j.evans6.civ@army.mil or Lee Troope, lee.e.troope.civ@army.mil. Place of Performance: U.S. Army Research Laboratory ATTN: FCDD-RLW-TE Logistics Warehouse, Building 321, 6375 Johnson Road Aberdeen Proving Ground, MD 21005
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/753f641679e34247b33418da1ccd1832/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06302183-F 20220421/220419230108 (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 |