CLIN 0001: SolidWorks Subscription Service Renewal, P/N: SWS0001-R1Y, QTY: 23;
CLIN 0002: SolidWorks Subscription Service Renewal PLUS Routing Service, P/N: SWS0001-R1Y+R, QTY: 3;
CLIN 0003: SolidWorks Professional Subscription Service Renewal, P/N: SPS0033-R1Y, QTY: 5;
CLIN 0004: SolidWorks Motion Service Renewal, P/N: CWS0077-R1Y, QTY: 2;
CLIN 0005: SolidWorks Simulation Professional Service Renewal, P/N: CWS0099-R1Y, QTY: 1;
CLIN 0006: SolidWorks Professional Subscription Service Renewal, P/N: SPS0033-R1Y, QTY: 1;
CLIN 0007: SolidWorks Premium Subscription Service Renewal, P/N: SMS0022-R1Y, QTY: 1;
CLIN 0008: SolidWorks Premium Subscription Service Renewal, P/N: SMS0022-R1Y, QTY: 2;
CLIN 0009: SolidWorks Office Subscription Service Renewal, P/N: SFS0001-R1Y, QTY: 1;
CLIN 0010: SolidWorks Subscription Service Renewal, P/N: SWS0001-R1Y, QTY: 1;
CLIN 0011: SolidWorks Standard Network Version, P/N: SWN0026, QTY: 2;
CLIN 0012: SolidWorks Subscription Service Initial, P/N: SWS0000-1Y, QTY: 2;
CLIN 0013: SolidWorks Simulation Professional Network, P/N: CWN0673, QTY: 1;
CLIN 0014: SolidWorks Simulation Professional Service Initial, P/N: CWS0097-1Y, QTY: 1
All above services shall be for 1 year: 1 May 2019 - 30 April 2020.
Required delivery F.O.B. Destination to Naval Station Newport, RI.
This requirement is solicited as unrestricted under North American Industry Classification System (NAICS) Code 511210 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The size standard is $38,500,000.00.
GSA schedule and open market quotes will be accepted.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation:
FAR 52.212-1 'Instructions to Offerors - Commercial Items'
FAR 52.212-2 'Evaluation - Commercial Items'
FAR 52.212-4 'Contract Terms and Conditions - Commercial Items'
FAR 52.212-5 'Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items'
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 the sole make and model specified, no substitutions, 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.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
Contractors must be actively registered in the System for Award Management (SAM)(https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites.
Offerors shall include price, delivery terms, and the following additional information with submissions:
Point of Contact (including name, phone number and email address)
Contractor Cage Code and Contractor DUNs Number
Quotes received after the closing date, Tuesday, 23 April, 2019 at 2:00 pm Eastern, will be ineligible for award. Quotes shall be valid for no less than 30 days.