35 Core Annual LS-DYNA Licenses
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 70 2. NAICS Code: 511210 3. Subject: 35 Core Annual LS-DYNA Licenses 4. Solicitation Number: W911QX19Q0133 5. Set-Aside Code: N/A 6. Res... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 70 2. NAICS Code: 511210 3. Subject: 35 Core Annual LS-DYNA Licenses 4. Solicitation Number: W911QX19Q0133 5. Set-Aside Code: N/A 6. Response Date: 28 May 2019 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 7. Place of Delivery/Performance: US Army Research Lab Shipping and Receiving ATTN: (PR0011252902) 6375 Johnson Road, Bldg 321 Aberdeen Proving Ground, MD 21005 USA 8. (i) 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. 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) "Only One Responsible Source". The name of the company the Government intends to award a contract to is: Livermore Software Technology Corp. (LSTC) 7374 Las Positas Road Livermore, CA 94551, USA. 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. (ii) The solicitation number is W911QX-19-Q-0133. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAR: FAC 2019-02TA Effective 6 May 2019. (iv) The associated NAICS code is 511210. The small business size standard is $38.5 Million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity One (1) 35 Core Annual LS-DYNA License. POP: August 1, 2019 - July 31, 2020 CLIN 0002 (OPTION): Quantity One (1) 35 Core Annual LS-DYNA License POP: August 1, 2020 - July 31, 2021 CLIN 0003 (OPTION): Quantity One (1) 35 Core Annual LS-DYNA License POP: August 1, 2021 - July 31, 2022 (vi) Description of Requirements: 35 Core Annual LS-DYNA License Includes: LS-DYNA, LS-OPT, LS-PrePost, LS-TASC, LSTC ATD & Barrier Models, upgrades, new versions, manuals on FTP site, machine changes. LS-PrePost, LS-OPT, LSTC Dummy & Barrier Models. Shipping to Destination. (vii) Delivery is required by 3 weeks after contract award. Delivery shall be made to US Army Research Lab, Shipping and Receiving, ATTN: (PR0011312662), 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005 USA. Acceptance shall be performed at US Army Research Lab, Shipping and Receiving, 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005 USA. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) 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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A. (xi) 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. (xii) 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. (xii) The clause at 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. (End of Clause) 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's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.213-2 Invoices (Apr 1984) 52.217-5 Evaluation of Options (Jul 1990) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 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 (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-36, Payment by Third Party (May 2014) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information (OCT 2016) 252.204-7015, Disclosure of Information to Litigation Support Contractors (MAY 2016) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000, Buy American-Balance of Payments Program Certificate (NOV 2014) 252.225-7001, Buy American and Balance of Payments Program (DEC 2017) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 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) (xiii) 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): DFARS: 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL INSTRUCTIONS: ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE PAYMENT INSTRUCTIONS RECEIVING ROOM - APG EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 28 May 2019, by 0900 hours, via email to Alberta Stadtler, Contract Specialist, at alberta.r.stadtler.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Alberta Stadtler, 301-394-1080, alberta.r.stadtler.civ@mail.mil. Contracting Officer:
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »