Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

99 -- MODELING AND SIMULATION SOFTWARE TOOLS

Notice Date
7/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
653 ELSG/KCK 5 Eglin Street Mitre Building D Hanscom AFB, MA 01731-2100
 
ZIP Code
01731-2100
 
Solicitation Number
FA8726-06-Q-0003
 
Response Due
8/3/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
N/A
 
Description
(CLIN) 0001 (3) Each - OPNET Modeler perpetual right to use license. Includes one (1) distribution media. (CLIN) 0002 (3) Each - 1 Year OPNET Modeler License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0003 (3) Each - 1 Year OPNET Modeler Technical Support Agreement. (CLIN) 0004 (3) Each - GSA - Wireless Module Perpetual right to use license. (CLIN) 0005 (3) Each - 1 Year GSA - Wireless Module - License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0006 (3) Each - 1 Year GSA - Wireless Module - Technical Support. (CLIN) 0007 (1) Each - Terrain Modeling Module - includes OPNET Transceiver Pipeline stage & CDS terrain propagation modeling software which incorporates the Longley-Rice model using digital terrain data (DTED format). (CLIN) 0008 (1) Each - 1 Year Terrain Modeling Module License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0009 (1) Each - 1 Year Terrain Modeling Module Technical Support. (CLIN) 0010 (1) Each - OPNET TIREM Module perpetual right to use license. Includes one (1) distribution media. (CLIN) 0011 (1) Each - 1 Year OPNET TIREM Module License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0012 (1) Each - 1 Year OPNET TIREM Module Technical Support Agreement. (CLIN) 0013 (1) Each - 3D Network Visualizer Module perpetual right to use license. Includes one (1) distribution media. (CLIN) 0014 (1) Each - 1 Year 3D Network Visualizer Module License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0015 (1) Each - 1 Year 3D Network Visualizer Module Technical Support Agreement. (CLIN) 0016 (1) Each - 3D Logger Module perpetual right to use license. Includes one (1) distribution media. (CLIN) 0017 (1) Each - 1 Year 3D Logger Module License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0018 (1) Each - 1 Year 3D Logger Module Technical Support Agreement. (CLIN) 0019 (1) Each - High Level Architecture Module Unlimited right to use license for single site/IP local area network. (CLIN) 0020 (1) Each - 1 Year High Level Architecture Module Unlimited - License Upgrades for new releases, ptach levels and software enhancements (CLIN) 0021 (1) Each - 1 year High Level Architecture Module Unlimited License Technical Support Agreement. (CLIN) 0022 (1) Each - System-in-the Loop Module perpetual right to use license. Includes one (1) distribution media. (CLIN) 0023 (1) Each - System-in-the Loop Module License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0024 (1) Each - 1 Year System-in-the Loop Module Technical Support Agreement. (CLIN) 0025 (3) Each - GSA - IPV6 Specialized Model perpetual right to use license. (CLIN) 0026 (3) Each - 1 Year GSA - IPV6 Specialized Model- License Upgrades for new releases, patch levels and software enhancements. (CLIN) 0027 (3) Each - 1 Year GSA - IPV6 Specialized Model - Technical Support. Delivery F.o.b. origin within thrity days of date of order marked for delivery to: Paul Avila, Email: pgavila@mitre.org Phone: 781-271-7741, Fax: 781-271-6143, Delivery to: The Mitre Corporation, 202 Burlington Road Bedford, MA 01731-1470 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. All responsible sources may submit a response which, if timely received, must be considered by the agency. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document, incorporated provisions, and clauses are those in effect through FAC 2005-08. The proposed procurement will be conducted in accordance with FAR Parts 12 and 19 using the Simplified Acquisition Procedures (SAP) of FAR 13. The North American Industry Classification System (NAICS) 511210 is based on the size standard of $23M. The following Federal Acquisition Regulation (FAR) and FAR supplement provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2006); FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), in which (a) shall read "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price is the only factor considered. FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (Mar 2005); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006). FAR 52.213-01, Fast Payment Procedure (Feb 1998); FAR FAR 52.243-01, Changes - Fixed Price (Aug 1987); FAR 52.246-16, Responsibility for Supplies (Apr 1984). FAR 52.249-01, Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984); Defense FAR Supplement (DFARS) clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005). Air Force FAR Supplement 5352.201-0101, Ombudsman (Aug 2005). Copies of FAR clauses 52.212-3 and 52.212-5 and DFARS 252.212-7001 are available in full text by request, or at the following website: http://farsite.hill.af.mil/farsite.html. All responsible proposals are due NO LATER THAN 4:00 PM Eastern Time on 03 August 2006. Proposals may be emailed to Jeffrey.Wong@Hanscom.AF.Mil and Richard.Fox@Hanscom.AF.Mil. All submittals must include a completed copy of FAR 52.212-3 in order to be considered for award. Failure to supply a completed copy of FAR 52.212-3 will disqualify the vendor from consideration.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN01093915-W 20060722/060720220955 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.