ABAQUS software renewal
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format ... PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and 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 additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-19-Q-0911. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends on awarding a Firm Fixed Price Type order for the following items: CLIN Manufacturer Part # Description QTY Unit Unit Cost Extended Unit Cost 0001 LN00024023279 SIMULIA Abaqus/CAE Period of Performance: 7/15/19-7/14/20 5 Each 0002 LN00024023275 SIMULIA Abaqus/CAE Analysis Pack Period of Performance: 7/15/19-7/14/20 2 Each 0003 LN00024023277 SIMULIA Abaqus Analysis Tokens- Period of Performance: 7/15/19-7/14/20 90 Each 0004 LN00024023281 SIMULIA Abaqus Analysis Tokens Period of Performance: 7/15/19-7/14/20 4 Each Requirements: This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a proposal including all of the items listed in table above. No partial quotes will be accepted. (2) In order to be considered for award, the vendor must be an authorized reseller of DS Government Solutions Corporation. All vendors are required to submit documentation with their offer that identifies that they are an authorized reseller. This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210; the Small Business Size Standard is $38.5M. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The provisions at FAR 52.212-1, Instructions to Offerors Commercial Items,FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, apply to this solicitation. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this solicitation. DFARS Clauses, 252.204-7009 Limitations on the Use or Disclosure of Third Party Contractor Reported Cyber Incident Information, 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support, 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, and 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. An exception to 508 applies to this procurement as items or services are located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment (back office) per FAR 39.204(d). Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The required Period of Performance is 7/15/19-7/14/20; F.O.B. Destination is Newport, RI 02841. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quote may be submitted via email to the email address below and must be received on or before Wednesday, July 3, 2019, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »