Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SPECIAL NOTICE

70 -- REQUEST FOR INFORMATION (RFI) – SYNOPSYS SOFTWARE LICENSES, MAINTENANCE, AND SUPPORT FOR SYNOPSYS TOOL

Notice Date
4/20/2017
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB78
 
Archive Date
5/19/2017
 
Point of Contact
Ellen McDaniel,
 
E-Mail Address
ellen.mcdaniel@navy.mil
(ellen.mcdaniel@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB78 - REQUEST FOR INFORMATION (RFI) - SYNOPSYS SOFTWARE LICENSES, MAINTENANCE, AND SUPPORT FOR SYNOPSYS TOOL - FSC 7030 - NAICS 511210 Issue Date: 20 APRIL 2017 - Closing Date: 04 MAY 2017 - 2:00 PM EDT I. Request for Information: The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to assist in the Government's position to award a sole source contract for a software tool licenses and maintenance agreements for Synopsys tools for Naval Surface Warfare Center (NSWC) Crane, IN. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. The scope of this effort is as follows: The purpose of this requirement is to procure software licenses for Synopsys products that enable the following Application Specific Integrated Circuit design, verification, analysis, and test capabilities: Synthesis ("DC-Ultra", Design Vision, HDL Compiler Verilog, VHDL Compiler, DesignWare Library, and DFT Compiler), Automatic Test Pattern Generation ("TetraMax"), Static Timing Analysis ("PrimeTime-SI"), logic schematic generation from VHDL ("Verdi-3"), and the integrated circuit layout data viewer with linkage to a FEI (formerly DCG) Meridian analysis system ("Avalon"). These specific tools are being sole sourced due to the difficulty in obtaining the necessary information for propriety data formats and interfaces required, and to maintain failure analysis capabilities for legacy designs as well as supporting future trust analysis work for Trusted and Assured Microelectronics (T&AM) supporting the Joint Federated Assurance Center (JFAC). Information may be submitted by any government or non-government entity including commercial firms, non-profit organizations, and any institutions of higher education with degree-granting programs in science and /or engineering (universities), or by consortia compromising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. The Government may choose to visit, or host a visit from, any potential sources. This request for information/sources sought synopsis in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. II. BACKGROUND: The Design Branch (Code GXMP), Failure and Material Analysis Branch (Code GXMS), Radiation Effects branch (Code GXMR), and the Technology Protection branch (Code GXMM) will utilize elements of this software package to support their respective activities for Integrated Circuit design, verification, and analysis. Several Synopsys tools are heavily utilized across the semiconductor and Application Specific Integrated Circuit (ASIC) industry. Access to Synopsys tools will fill a capability gap for NSWC Crane tasking in support of legacy SSP products for failure analysis. III. Responses shall be: 1) Responses are requested by 1400/2:00PM Eastern Standard Time (EST) on 04 May 2017. Any response received after this date will also be considered but may not be included in initial reporting or assessments. 2) All responses should be given in PDF format and emailed to the contracting point of contract: Ms. Ellen McDaniel at ellen.mcdaniel@navy.mil. The subject line of the email should include the RFI number (N00164-17-S-NB78) and the respondent's name. If necessary, files too large for email can be sent via CD by the same response date to: Ms. Ellen McDaniel Naval Surface Warfare Center, Crane Division 300 HWY 361, BLD 121 Crane, IN 47522 3) Responses should not exceed six (6) pages and should be typed in 12-point Times New Roman font, single spaced with 1-inch margins. All information received in response to this RFI that is marked proprietary will be handled accordingly. 4) A suggested submission organization: a) A cover letter (optional). b) A cover page identifying the RFI number (N00164-17-S-NB46), the company name, mailing address, email address, telephone and fax numbers, website address (if available), duns number, cage code and/or tax ID number, business size category (large, small, small disadvantaged, etc.), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. c) No more than five (5) pages including: 1. Objective: Clear and concise statement of the manufacturing and / or design capabilities of your organization. 2. Describe the capabilities of your organization in detail. 3. Describe any history that meets the requirements. 4. Characteristics, specifications, and certifications your organization holds as related to the capabilities, interests/focus items above, to include the below as applicable: a. Identify your organizations experience with xenon diflouride etch tools. b. Identify your organization's refurbished products that are currently fielded and by whom. c. Intellectual property claims (if any). d. Explain how quality control is incorporated in your processes. e. Earliest availability for a technical demonstration at no cost or risk to the government. 5. Cost or pricing information to be used as Market Research for pricing history. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information received in response to this notice that is marked proprietary will be handled accordingly. No contract will be awarded by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement. Electronic submissions and hard copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Submissions regarding this announcement may be directed to the Contract Specialist, Ms. Ellen McDaniel, telephone: 812-854-5315, e-mail: ellen.mcdaniel@navy.mil. The mailing address is: COMMANDER; ATTN MS ELLEN MCDANIEL, BLDG 121; FLR 2, NAVSURFWARCENDIV; 300 HIGHWAY 361; CRANE, IN 47522-5001. Please reference: Request for Information/Sources Sought Announcement Number (N00164-17-S-NB78) when responding to this notice. The technical POC is Mr. Matt Sale, e-mail: matthew.d.sale@navy.mil, telephone 812-854-8613
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB78/listing.html)
 
Record
SN04480269-W 20170422/170421000133-aad5e1658a7347aa66743b9461e55bd5 (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.