Federal Bid

Last Updated on 30 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

ModelCenter Software

Solicitation ID FA2517-19-Q-A017
Posted Date 03 Apr 2019 at 7 PM
Archive Date 30 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa2517 21 Cons
Agency Department Of Defense
Location United states
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

(ii) This Request for Quotation (RFQ) is issued as solicitation, FA2517-19-Q-A017.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01.

(iv) This acquisition is procured as a Brand Name or Equal. The NAICS code for this requirement is 511210, Software Publishers. The size standard is $38.5M and a single award will be made as a result of evaluation of quotes. As part of your quote, you are required to include the format from the itemized listing to include line item, warranty information, quantity, unit, description, price and total amount information or your quote will be considered nonresponsive.

(v) The commercial itemized listing is being procured as Brand Name or Equal:
CLIN 0001 2 ea Single seat, site floating licenses for ModelCenter Integrate and ModelCenter Explore
CLIN 0002 12 months product service

(vi) The requirement is for ModelCenter Integrate and Explore Software licenses and 12 months product service.

(vii) Commercial items shall be priced as FOB destination to Peterson AFB, CO. Delivery terms are 5 days ARO.

(viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (October 2018), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System for Award Management at www.sam.gov/SAM in order to be considered for award. The Government will not provide contract financing for this acquisition.

(ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (October 2014), applies to this acquisition. Evaluation will be based on lowest price meeting brand name or equal requirements and technical acceptability.

(x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (October 2018), applies to this acquisition. All vendors must be registered in System for Award Management (SAM) accessed through https://www.sam.gov at the time of Quote submittal.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (October 2018), applies to the acquisition.

(xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (January 2019) (DEVIATION) applies to this acquisition.

(xiii) The following additional provisions are included determined by the Contracting Officer to be necessary for this acquisition and is consistent with customary commercial practices:

52.227-15 -- Representation of Limited Rights Data and Restricted Computer Software.
Representation of Limited Rights Data and Restricted Computer Software (Dec 2007)
(a) This solicitation sets forth the Government's known delivery requirements for data (as defined in the clause at 52.227-14, Rights in Data--General). Any resulting contract may also provide the Government the option to order additional data under the Additional Data Requirements clause at 52.227-16, if included in the contract. Any data delivered under the resulting contract will be subject to the Rights in Data--General clause at 52.227-14 included in this contract. Under the latter clause, a Contractor may withhold from delivery data that qualify as limited rights data or restricted computer software, and deliver form, fit, and function data instead. The latter clause also may be used with its Alternates II and/or III to obtain delivery of limited rights data or restricted computer software, marked with limited rights or restricted rights notices, as appropriate. In addition, use of Alternate V with this latter clause provides the Government the right to inspect such data at the Contractor's facility.
(b) By completing the remainder of this paragraph, the offeror represents that it has reviewed the requirements for the delivery of technical data or computer software and states [offeror check appropriate block]-
[ ] (1) None of the data proposed for fulfilling the data delivery requirements qualifies as limited rights data or restricted computer software; or
[ ] (2) Data proposed for fulfilling the data delivery requirements qualify as limited rights data or restricted computer software and are identified as follows:
_____________________________________________________
____________________________________________________
____________________________________________________
(c) Any identification of limited rights data or restricted computer software in the offeror's response is not determinative of the status of the data should a contract be awarded to the offeror.
(End of provision)
The provision at FAR 52.211-6, Brand Name or Equal (August 1999), applies to the acquisition.
Brand Name or Equal
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)

 

The following additional FAR clauses apply to this acquisition and are incorporated by reference:

1. FAR 52.204-7 -- System for Award Management. (October 2018)
2. FAR 52.204-16 --Commercial and Government Entity Code Reporting (July 2016)
3. FAR 52.204-17 Ownership or Control of Offeror (July 2016)
4. FAR 52.204-20 - Predecessor of Offeror (July 2016)
5. FAR 52.207-1 -- Notice of Standard Competition (May 2006)
6. FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (November 2015)
7. FAR 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products (February 2001)
8. FAR 52.222-22 -- Previous Contracts and Compliance Reports (February 1999)
9. FAR 52.222-26, Equal Opportunity (Sep 2016)
10. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)
11. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
12. FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)
13. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006)

The following DFARS Clauses are applicable to this solicitation:

1. DFARS 252.232-7003, Electronic Submission of Payment Requests and
Receiving Reports (December 2018)
2. DFARS 252.247-7023, Transportation of Supplies by Sea (February 2019)
3. DFARS 252.243-7002, Requests for Equitable Adjustment (December 2012)

The following AFFARS clause is applicable to this solicitation:

1. AFFARS 5352.201-9101 Ombudsman (June 2016) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, [email protected])

(xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote.

(xv) Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 2:00 PM, Mountain Standard Time on 15 April 2019.

(xvi) All questions regarding this solicitation must be submitted by 1:00 pm 5 April 2019 to [email protected]. Submit your quotes to TSgt Kathleen McConnell, email address: [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 May 2012 at 12 PM
Bethesda Maryland 10 Apr 2019 at 2 PM
Location Unknown 28 May 2019 at 3 PM
Location Unknown 11 Feb 2019 at 10 PM
Crane Indiana 07 Sep 2018 at 1 PM

Similar Opportunities

Bujumbura 10 Jul 2025 at 2 PM
Mcconnell air force base Kansas 28 Oct 2025 at 6 PM
Mcconnell air force base Kansas 10 Jul 2025 at 5 PM
Mcconnell air force base Kansas 10 Jul 2025 at 5 PM