Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

D -- Electromagnetically Charged Electronic Design Automation (EDA) Software

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-05-817-2153
 
Response Due
4/19/2005
 
Archive Date
4/19/2005
 
Small Business Set-Aside
Total Small Business
 
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 additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-27. The associated North American Industrial Classification (NAIC) for this acquisition is 334611 the small business size standard is 500. This acquisition is a total small business set-aside. The National Institute of Standards & Technology (NIST) has a BRAND NAME OR EQUAL requirement for Ansoft Designer? v.2, Electromagnetically Charged Electronic Design Automation (EDA) Software, and 12 months maintenance support. The Brand Name software is manufactured by Ansoft Corporation, 225 West Station Square, Pittsburgh, PA 15219-1119. Line Item Number (LIN) 0001, a quantity of 1, Ansoft Designer? v.2 Software, LIN 0002, a quantity of 12 months maintenance support. The essential salient characteristics that must be met to ensure that the intended use of the software can be satisfactorily realized are listed below: -Harmonic balance engine -Full transient analysis engine -Input types: schematic capture SPICE netlist. -user-defined models -3-D planer EM simulation for transmission lines -Multi-dimensional parameter sweep -3-D ploting -EM tuning capability -Support arbitrary-shape via modeling -Full programming scripting (JAVA and Visual BASIC) -Ability to switch "on-the-fly" between circuits-based and geometry-based analysis engine. Delivery terms shall be FOB Destination. FOB Destination means that the vendor shall be responsible for any loss or and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. The delivery point is NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Offerors shall submit the following: 1) a firm-fixed price quotation which addresses all LINs; 2) sufficient product information to CLEARLY DOCUMENT that the offered products meet the specifications stated herein; and 3) description of commercial warranty; and (4) copy of the most recent published price list. Quotations shall be firm-fixed price and valid for 30 days. To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is required to register. To procure a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government, technical, past performance, and price factors considered. The Government will evaluate quotations based on Technical Capability, Past Performance, and Price. Technical Capability is more important than Price. Technical Capability Factor: Technical Capability shall be based on the information provided that clearly documents that the offered product meets or exceeds the salient characteristics identified herein. Past Performance Factor: Past Performance will be evaluated to determine the overall quality of service provided by the offeror. Evaluation of Past Performance shall be based on information obtained from the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST or its affiliates. Offerors shall provide a list of three (3) references to which similar services have been provided within the last three years. The list of references shall include, at a minimum: - Name of the contact person - Organization - Telephone number and email address of the contact person - Contract number (if applicable) - Amount of the contract (if applicable) - Address and telephone number or email address of the Contracting Officer (if applicable) Price Factor: Price will be evaluated by comparing offers (1) with one another, (2) with competitive published price lists, (3) with offered discounts or (4) any other means to ensure the offered price is fair and reasonable. Past Performance and Price Factors shall be evaluated only for quotations determined to be technically acceptable in accordance with the Technical Acceptability Factor. The Government will not award solely on the basis of a relatively superior technical rating without concern for past performance and price. The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.211-6, Brand Name or Equal; 52.219-6, Notice of Total Small Business Set-Aside *** The following clauses apply: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Service Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act ? Free Trade Agreement ? Israeli Trade Act, Alternate I; 52.225-13 Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. Full text of these provisions and clauses can be accessed at the following address: www.nist.gov/admin/od/contract/agency.htm. It is mandatory that all offerors complete the on-line provision 52.212-3, Offeror Representations and Certifications-Commercial Items located at the website, http://orca.bpn.gov/. Online Representations and Certifications Application (ORCA) is an e-Government initiative that has been developed to replace most of the paper based Representations and Certifications (Reps and Certs) process. It is requirement for all solicitations that require CCR registration. Quotations may be emailed to laurel.carey@nist.gov or faxed to 301-975-6319, Attention: Laurel Carey. The RFQ number shall be prominently cited on facsimile or email. Quotations are due by no later than 1:00 p.m. EST on April 19, 2005. Offerors are encouraged to verify with that their submissions have been received, 301-975-8838.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00781912-W 20050407/050405211837 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.