70--OPTION - SW Cameo Enterprise Architect
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. The solic... 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. The solicitation number is 288-0206-19-Z and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-05 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Landover, MD 20785 The Virginia Contracting Activity requires the following items, Brand Name Only (Exact Match), to the following: Base Period of Performance: 08/30/2019 - 08/29/2020 LI 001: Cameo Collaborator for Teamwork Cloud 19.0 LTR, 10 Connections for one base year and four option year periods. Period of Performance 8/30/19 to 8/29/20., 2, EA; LI 002: Software Assurance for Cameo Collaborator for Teamwork Cloud, 10 Connections., 2, EA; LI 003: Teamwork Cloud 19.0 LTR, Standard, 2, EA; LI 004: Software Assurance for Teamwork Cloud, Standard, 2, EA; LI 005: Cameo Enterprise Architect 19.0 LTR Enterprise Edition Floating License, 10, EA; LI 006: Cameo Enterprise Architecture Software Assurance for Enterprise Edition Floating License, 10, EA; LI 007: Cameo Simulation Toolkit Plugin 19.0 LTR Floating License, 2, EA; LI 008: Cameo Simulation Toolkit Plugin Software Assurance for Floating License, 2, EA; LI 009: Cameo DataHub Plugin 19.0 FR Floating License, 2, EA; LI 010: Cameo DataHub Plugin Software Assurance for Floating License, 2, EA; LI 011: Merge Plugin 9.0 LTR Floating License, 2, EA; LI 012: Merge Plugin Software Assurance for Floating License, 2, EA; LI 013: Shipping: DLOC c/o lkun, LLC 3300 75th Ave., Rear Entrance Landover, MD 0785, 1, EA; Option 1 Period of Performance: 08/30/2020 - 08/29/2021 LI 001: Cameo Collaborator for Teamwork Cloud 19.0 LTR, 10 Connections for one base year and four option year periods. Period of Performance 8/30/19 to 8/29/20., 2, EA; LI 002: Software Assurance for Cameo Collaborator for Teamwork Cloud, 10 Connections., 2, EA; LI 003: Teamwork Cloud 19.0 LTR, Standard, 2, EA; LI 004: Software Assurance for Teamwork Cloud, Standard, 2, EA; LI 005: Cameo Enterprise Architect 19.0 LTR Enterprise Edition Floating License, 10, EA; LI 006: Cameo Enterprise Architecture Software Assurance for Enterprise Edition Floating License, 10, EA; LI 007: Cameo Simulation Toolkit Plugin 19.0 LTR Floating License, 2, EA; LI 008: Cameo Simulation Toolkit Plugin Software Assurance for Floating License, 2, EA; LI 009: Cameo DataHub Plugin 19.0 FR Floating License, 2, EA; LI 010: Cameo DataHub Plugin Software Assurance for Floating License, 2, EA; LI 011: Merge Plugin 9.0 LTR Floating License, 2, EA; LI 012: Merge Plugin Software Assurance for Floating License, 2, EA; LI 013: Shipping: DLOC c/o lkun, LLC 3300 75th Ave., Rear Entrance Landover, MD 0785, 1, EA; Option 2 Period of Performance: 08/30/2021 - 08/29/2022 LI 001: Cameo Collaborator for Teamwork Cloud 19.0 LTR, 10 Connections for one base year and four option year periods. Period of Performance 8/30/19 to 8/29/20., 2, EA; LI 002: Software Assurance for Cameo Collaborator for Teamwork Cloud, 10 Connections., 2, EA; LI 003: Teamwork Cloud 19.0 LTR, Standard, 2, EA; LI 004: Software Assurance for Teamwork Cloud, Standard, 2, EA; LI 005: Cameo Enterprise Architect 19.0 LTR Enterprise Edition Floating License, 10, EA; LI 006: Cameo Enterprise Architecture Software Assurance for Enterprise Edition Floating License, 10, EA; LI 007: Cameo Simulation Toolkit Plugin 19.0 LTR Floating License, 2, EA; LI 008: Cameo Simulation Toolkit Plugin Software Assurance for Floating License, 2, EA; LI 009: Cameo DataHub Plugin 19.0 FR Floating License, 2, EA; LI 010: Cameo DataHub Plugin Software Assurance for Floating License, 2, EA; LI 011: Merge Plugin 9.0 LTR Floating License, 2, EA; LI 012: Merge Plugin Software Assurance for Floating License, 2, EA; LI 013: Shipping: DLOC c/o lkun, LLC 3300 75th Ave., Rear Entrance Landover, MD 0785, 1, EA; Option 3 Period of Performance: 08/30/2022 - 08/29/2023 LI 001: Cameo Collaborator for Teamwork Cloud 19.0 LTR, 10 Connections for one base year and four option year periods. Period of Performance 8/30/19 to 8/29/20., 2, EA; LI 002: Software Assurance for Cameo Collaborator for Teamwork Cloud, 10 Connections., 2, EA; LI 003: Teamwork Cloud 19.0 LTR, Standard, 2, EA; LI 004: Software Assurance for Teamwork Cloud, Standard, 2, EA; LI 005: Cameo Enterprise Architect 19.0 LTR Enterprise Edition Floating License, 10, EA; LI 006: Cameo Enterprise Architecture Software Assurance for Enterprise Edition Floating License, 10, EA; LI 007: Cameo Simulation Toolkit Plugin 19.0 LTR Floating License, 2, EA; LI 008: Cameo Simulation Toolkit Plugin Software Assurance for Floating License, 2, EA; LI 009: Cameo DataHub Plugin 19.0 FR Floating License, 2, EA; LI 010: Cameo DataHub Plugin Software Assurance for Floating License, 2, EA; LI 011: Merge Plugin 9.0 LTR Floating License, 2, EA; LI 012: Merge Plugin Software Assurance for Floating License, 2, EA; LI 013: Shipping: DLOC c/o lkun, LLC 3300 75th Ave., Rear Entrance Landover, MD 0785, 1, EA; Option 4 Period of Performance: 08/30/2023 - 08/29/2024 LI 001: Cameo Collaborator for Teamwork Cloud 19.0 LTR, 10 Connections for one base year and four option year periods. Period of Performance 8/30/19 to 8/29/20., 2, EA; LI 002: Software Assurance for Cameo Collaborator for Teamwork Cloud, 10 Connections., 2, EA; LI 003: Teamwork Cloud 19.0 LTR, Standard, 2, EA; LI 004: Software Assurance for Teamwork Cloud, Standard, 2, EA; LI 005: Cameo Enterprise Architect 19.0 LTR Enterprise Edition Floating License, 10, EA; LI 006: Cameo Enterprise Architecture Software Assurance for Enterprise Edition Floating License, 10, EA; LI 007: Cameo Simulation Toolkit Plugin 19.0 LTR Floating License, 2, EA; LI 008: Cameo Simulation Toolkit Plugin Software Assurance for Floating License, 2, EA; LI 009: Cameo DataHub Plugin 19.0 FR Floating License, 2, EA; LI 010: Cameo DataHub Plugin Software Assurance for Floating License, 2, EA; LI 011: Merge Plugin 9.0 LTR Floating License, 2, EA; LI 012: Merge Plugin Software Assurance for Floating License, 2, EA; LI 013: Shipping: DLOC c/o lkun, LLC 3300 75th Ave., Rear Entrance Landover, MD 0785, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Virginia Contracting Activity intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Virginia Contracting Activity is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Partial shipments are permitted. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Vendor must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). Vendor must be able to fill the requirement in its entirety. If the hardware/software is inspected and deemed unacceptable the government will return the hardware/software and the vendor will pay for all associated shipping costs incurred to return the hardware/software. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Criteria: Vendor must clearly label all shipping documents/packing list with the contract number and point of contact as described in the schedule of the contract. All items must be priced out separately and provided as as an attachment in addition to the LOT pricing required in the solicitation. Please submit all attachments through FedBid. All bids must be compliant with the Buy American Act. All bids must be TAA compliant. Delivery is NOT accepted when product arrives at DLOC. Delivery is only accepted by the COR or his designated representative. Buyer reserves the right to open a container and inspect for dents, dings, not meeting solicitation’s specs., and obvious signs of damage and return such damaged items without incurring any fees and/or any restocking fee or other charges. Buyer anticipates that Seller will replace items that are received in a damaged condition and/or not meeting stated specs at no additional cost to the Buyer. Any or all of the following FAR clauses may be incorporated by reference into the awarded contract: 52.225-1 through 52.225-13, if applicable. Any or all of the following DFAR clauses may be incorporated by reference into the awarded contract: 252.204-7000; 252.225-7001 and 7021; 252.239-7017 and 7018; 252.246-7007 and 7008; and 231.205-71, if applicable. Items from one CLIN shall be packaged separately and NOT be comingled with items from any other CLIN.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »