Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

D -- SOLE SOURCE TO FLOW SCIENCE FOR FLOW 3D KSC LICENSE RENEWAL

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK15548552Q
 
Response Due
6/15/2015
 
Archive Date
6/8/2016
 
Point of Contact
Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov
 
E-Mail Address
Allen J. Miller
(Allen.J.Miller@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is a sole source acquisition notice for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Kennedy Space Center (KSC) has a requirement for Annual FLOW-3D licenses and maintenance. This notice is being issued as a Sole Source Request for Quotation to Flow Science, Inc., Santa Fe, NM for the following: Line Item 1: FLOW-3D License with 3 solver tokens including maintenance, with two tokens upgraded to SMP parallel. P/N FLOW3D LIC W/3 SOLVER TOKENS INCL MTC, W Line Item 2: FLOW-3D/MP License with one SMP solver token and 15 rank tokens. P/N FLOW3D/MP LIC W/1 SMP SOLVER TOKEN & 15 FLOW-3D software is currently used for thermal flow modeling in support of the Launch Services Program (LSP). NASA has designed and developed models and processes using the FLOW-3D software. The acquisition of any other software would entail unacceptable technical risk to the program by introducing incompatibilities with existing data, simulations, models, and processes that would require years of redevelopment and would impact schedules. Flow Science is the only authorized source of the FLOW-3D software. Delivery of the FLOW-3D licenses and tokens are due no later than June 26, 2015. Period of performance for the FLOW-3D software is June 30, 2015 to June 29, 2016. Quotation must reflect that the delivery date and period of performance can be met. Evaluation criteria are technical acceptability and overall lowest cost. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offers for the items(s) described above are due by June 15, 2015, 2:00 PM (EST) via email to allen.j.miller@nasa.gov. Interested organizations may submit their written quotation or written detailed capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 2:00 PM EST on June 15, 2015. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Questions must be received in writing (email) by 12:00 PM EST on June 11, 2015, to the identified point of contact. All responsible sources may submit an offer which shall be considered by the agency. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The provisions and clauses in the RFQ are those in effect through FAC 2005-82A. The NAICS Code and the small business size standard for this procurement are 511210, $38,500,000 respectively. The offeror shall state in their offer their size status for this procurement. The DPAS rating for this procurement is DO-C9. Offers must include solicitation number, FOB destination to KSC, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: https://www.acquisition.gov/?q=b rowsefar.Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items, with their offer. Prospective offerors should notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): https://prod.nais.nas a.gov/cgibin/EPS/bizops.cgi?gr=D&pin=76. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. Offerors shall provide the information required by FAR 52.212-1 (Apr 2014), Instructions to Offerors-Commercial, which is incorporated by reference. In accordance with FAR 52.212-1, the Contractor shall be registered within the Sam.gov database. The Contractor may register via the Internet at URL: https://www.sam.gov/portal/public/SAM/ 52.227-19 Commercial Computer Software License. (DEC 2007) 52.247-34 F.o.b. Destination. (NOV 1991) 1852.215-84 Ombudsman. (NOV 2011) ALTERNATE 1 (JUN 2000) 1852.225-70 Export Licenses. (FEB 2000) 1852.237-73 Release of Sensitive Information. (JUN 2005) FAR 52.212-4 (May, 2015), Contract Terms and Conditions-Commercial Items is applicable. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (May 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). [X](40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): [ http://www.acquisition.gov/far/ ] (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15548552Q/listing.html)
 
Record
SN03756853-W 20150610/150608235027-4586e433e62752642f2d475fc2651109 (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.