COMMERCE BUSINESS DAILY ISSUE OF APRIL 9, 2001 PSA #2825
SOLICITATIONS
70 -- SOFTWARE PACKAGE
- Notice Date
- April 5, 2001
- Contracting Office
- National Institue of Standards and Technology, Acquistion and Logistics Division, Bldg. 301, Room B129, Gaithersburg, MD 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- 855-1509
- Response Due
- April 16, 2001
- Point of Contact
- Fred Ettehadieh, Contract Specialist, 301-975-8329.
- E-Mail Address
- NIST Contracts Office (Contract@nist.gov)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONALINFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE AWARD WILL BE MADE USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 and the related size standard is $18 million. However, this acquisition is unrestricted and all responsible offerors may submit a quote. This is a "brand name or equal requirement," meaning that quotes may be submitted for either the brand name and the software specified herein or items manufactured by other company (ies) that meet all of the salient physical, functional and performance characteristics of the brand names and model specified herein. Brand name or equal descriptions are intended to be descriptive, but not restrictive and are intended to indicate the salient characteristics of products that will be considered satisfactory to meet the RFQ requirements. The National Institute of Standards & Technology (NIST) intends to obtain an Electromagnetic Modeling software suitable for computation of the scattering parameters due to millimeter-scale objects in coaxial and rectangular waveguides in the frequency range from .5 GHz to 20 GHz. The Contract Line Item Number CLIN 0001, FullWave Software, shall meet the minimum technical specifications and shall have the features listed below, one (1) license. The software shall be Windows compatible, standalone application and run under the Windows 95/98/NT/2000 operating system; simulate electromagnetic fields in 3D high frequency structures; S-parameter analysis (generalized, de-embedded, re-normalized); Resonance solutions; Arbitrary shape and number of ports; Parametrization of geometries, materials, and boundaries; Fast iterative and direct solvers; Automatic adaption of solutions; Reasonable cost and moderate hardware requirements; Perform automatic frequency sweeps; Display E and H fields for each frequency; Analyze waveguide-waveguide and waveguide-microstrip transitions; Build 3D modeling with full graphical (and keyboard) construction, selection, and editing operations; View 3D animated displays of model and solutions; View 3D and 2D section views of model and solutions; Display color plots, arrow plots, graphs, and numerical results; Use dielectric/magnetic materials in library or add new materials; Use strip components and perfect conductors to facilitate modelling; Reduce model size with perfect electric and perfect magnetic walls. The Software shall be capable of modeling coaxial and rectangular waveguides containing material samples of arbitary shapes and orientations; typical sample shapes shall be disks and thin plates with millimeter-scale dimensions. The Software shall determine electromagnetic scattering parameters using computational solutions to Maxwell's equations of electromagnetism. The Software shall discretize both the space occupied by the material sample and the space in the waveguide exterior to the sample. The Software shall solve Maxwell's equations in the space occupied by the material and in the space in the waveguide exterior to the sample. The software shall have at least one of the following three capabilities: (1) Automated optimization capability that readily allows minimization of the difference between target scattering parameters and calculated scattering parameters using the complex permeability or permittivity of the sample as variables. (2) Scripting capability that allows an iterative series of scattering parameter calculations to be performed for different values of sample permeability and permittivity. Scattering parameters generated by the software for each iteration must be available to the script for computation of permeability and permittivity values for inputs to subsequent iterations. (3) Command line interface that allows control of the software and all input parameters and that allows evaluation of computed results by external shell scripts or programming languages. The interface shall allow generation of scattering parameter results using complex sample permeability or permittivity values as command line arguments or as entries in an ASCII formatted file. Scattering parameters calculated by the software shall include both amplitude and phase. The software must include a graphical interface for generation of the problem geometry including the waveguide and the sample. The interface shall include routines for generating three-dimensional objects by extrusion and rotation of two-dimensional shapes and must allow generation of complex structures by joining simpler three-dimensional objects. Facilities for accurate specification of object dimensions via keyboard entry shall also be included. The software shall include integrated automatic meshing routines, and automatic mesh refinement to reduce error below a user-specified tolerance. The software shall run continuously without causing system crashes. The software shall be supplied on CD-ROM or on 3.5-inch diskettes. The contractor shall include one year of user telephone support. The physical, functional and performance characteristics of the aforementioned CLIN are all considered to be salient and must be met by any quoted "equal" products. The Government requires a standard commercial technical support and software maintenance to the extent that is included with the software licenses being acquired after delivery and acceptance by the Government. The successful offeror shall deliver CLIN 0001, FOB Destination to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. Delivery shall occur within thirty (30) days after receipt of the purchase order. The Government intends to award one firm-fixed price purchase order resulting from this synopsis/solicitation to the responsible, responsive, technically acceptable and lowest price offeror whose offer conforms to the synopsis/solicitation and will offer the best value to the Government, price and other factors considered. Any quotes for "equal" item shall be supplemented with DETAILED specifications for each "equal" item offered that details the quoted item's physical, functional and performance characteristics. The following will be used to evaluate quotations: (1) Technical capability to meet or exceed the Government's technical specifications; (2) Past Performance information; and (3) Price. Factors (1) and (2), when combined, are more important than factor (3). The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The Federal Acquisition Regulation (FAR) clause at 52.252-2, Clauses Incorporated by Reference applies to this acquisition. The FAR clause at 52.247-34 F.o.b. Destination is incorporated by reference and applies to this acquisition. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions applies to this acquisition, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (19)(ii) Alternate I, 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit the following: (1) Two (2) copies of a quotation which addresses CLIN 0001; (2) Two (2) copies of technical description and/or commercial product literature, including complete and detailed documentation for the installation and instruction for the operation and use of the software; (3) Two (2) copies of the most recent published price list(s); (4) A list of two (2) contracts/purchase orders completed during the past three years for similar product with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office, and telephone number, and program manager and telephone number; (5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far; and (6) Copy of Software license Agreement for CLIN 0001; " Offerors are advised that if a software licensing agreement is required then it must comport and applicable with Federal laws and regulations. If such license agreement conflicts with Federal laws and/or regulations or otherwise is inconsistent with the spirit and/or intent of Federal commercial item acquisition regulations, then the Government may require wording revision in that license agreement before a purchase order could be awarded." All offers should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Fred Ettehadieh, Building 301, Room B129, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. Submission must be received by 3:00 p.m. local time on 4/16/2001. Faxed offers will not be accepted.
- Web Link
- NIST Contracts Homepage (http://www.nist.gov/admin/od/contract/contract.htm)
- Record
- Loren Data Corp. 20010409/70SOL002.HTM (W-095 SN50I4D2)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on April 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|