Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

D -- SolidWorks PDM Professional Licenses

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-3203
 
Archive Date
10/1/2016
 
Point of Contact
Katie Hourihan,
 
E-Mail Address
kathleen.hourihan@navy.mil
(kathleen.hourihan@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES 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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request For Quote (RFQ) number is N66604-16-Q-3203. Amendment 1 to this RFQ extends the response deadline and removes option requirements. Amendment 2 to this RFQ further extends the response deadline to 12:00pm EST on Friday, 16 September 2016, adjusts the required period of performance, and provides part numbers for each required item. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order with a brand name specification for new SolidWorks PDM Professional Add-In Licenses and their associated software maintenance. This is a request for open market quotes. To utilize a non-SolidWorks based PDM system would require extensive, new (manual) processes and procedures to be generated, validated and rigorously followed to maintain the inter-relationships between files, versions and configurations of SolidWorks CAD files. Every manual process introduces a significant risk for error and irrecoverable loss of critical data. SolidWorks is an existing, established, NUWCDIVNPT endorsed CAD solution that has been utilized by the Requiring Department for over 15 years. Extending its native capabilities, through the use of SolidWorks Add-In licenses, is more efficient and effective than force-fitting third-party vendor software to perform similar functions and losing the benefits of working with the native data, in its native environment. Therefore, this requirement is being solicited with a brand name specification; substitutions will not be accepted. Interested parties may identify their interest and capability to respond to the requirement. The Government's minimum requirement is outlined below: Item Number Description Quantity Period of Performance 0001 SolidWorks PDM Professional CAD Editor 2016 - License & 1 year software maintenance P/Ns PEM0192 & PES0092-1Y six (6) 9/21/2016 - 9/20/2017 (one year) 0002 SolidWorks PDM Professional Contributor 2016 - License & 1 year software maintenance P/Ns PEM0193 & PES0121-1Y one (1) 9/21/2016 - 9/20/2017 (one year) 0003 SolidWorks PDM Professional Viewer 2016 (5-pack) - License & 1 year software maintenance P/Ns PEM0194 & PES0125-1Y one (1) 9/21/2016 - 9/20/2017 (one year) 0004 SolidWorks Flow Simulation - License & 1 year software maintenance P/Ns CWN0625 & CWS0031-1Y one (1) 9/21/2016 - 9/20/2017 (one year) This procurement is being solicited as a 100% total small business set-aside, as concurred with the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38,500,000. This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order is anticipated. F.O.B. Destination, Naval Station Newport, RI. 02841. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015), and Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015), apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet or exceed the minimum requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with FAR 39.203, Section 508 applies. Each Electronic and Information Technology (EIT) item or service shall comply with the EIT Accessibility Standard: 36 C.F.R. § 1194.21 - Software applications and operating systems. 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. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. All timely offers will be considered. Quotes received after the closing date and time specified will be ineligible for award. Offers shall be submitted via electronic submission to Katie Hourihan at Kathleen.hourihan@navy.mil. Offers must be received on or before Friday, 16 SEPTEMBER 2016 at 12:00 p.m. Eastern Standard Time (EST). Offers received after this date and time are late and will not be considered for award. For information regarding this acquisition, please contact Katie Hourihan at kathleen.hourihan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-3203/listing.html)
 
Record
SN04273990-W 20160917/160916000209-367535caf2f67239d5e7a72e8801358c (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  © 1994-2020, Loren Data Corp.