This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes only the solicitation. This is a Total Small
Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business
Concerns will be accepted by the Government. Any quote that is submitted by a
contractor that is not a Small Business will not be considered for award.
Competitive quotes are being requested under N66001-16-T-7314. This
requirement is set-aside for small businesses, NAICS code is 511210 and the
size standard is $35.5 million.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable quote.
Quotes Will Be Evaluated on an All or None Basis.
Quote Brand Name Do Not Substitute
Note: Renewal coverage period start date for all line items are:
09/15/2016 thru 09/14/2017
ITEM 0001
ANSYS CFD HPC (first 2 parallel processors) TECS
QTY: 1 LOT
ITEM 0002
ANSYS CFD-Flo TECS
QTY: 1 LOT
ITEM 0003
ANSYS Design/Modeler TECS
QTY: 1 LOT
ITEM 0004
ANSYS Geometry Interface for Solid Edge TECS
QTY: 1 LOT
ITEM 0005
ANSYS Mechanical HPC TECS
QTY: 1 LOT
ITEM 0006
ANSYS Professional NLS TECS
QTY: 1 LOT
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number: N66001-16-T-7314
e. Requested delivery date: 09/15/2016 thru 09/14/2017
f. Preferred method of shipment: F.O.B. Destination
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
http://farsite.hill.af.mil:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive
OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-37, Employment Reports on Veterans
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency In Energy-Consuming Products
52.223-16, Acquisition of EPEAT-Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award
Management
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD
Officials
252.203-7005, Representation Relating to Compensation of Former DoD
Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid
Delinquent Tax Liability or a Felony Conviction under any Federal Law
252.211-7003, Item Unique Identification & Valuation
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.203-7998 Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality AgreementsRepresentation. (DEVIATION 2015-O0010) (FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235),
Government
agencies are not permitted to use funds appropriated (or otherwise made
available)
under that or any other Act for contracts with an entity that requires
employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal
confidentiality agreements or statements prohibiting or otherwise restricting
such
employees or contactors from lawfully reporting such waste, fraud, or abuse to
a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it
does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such
information.
(End of provision)
252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN
INTERNAL CONFIDENTIALITY AGREEMENTS(DEVIATION 2015-O0010) (FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to
report
fraud, waste, or abuse to sign or comply with internal confidentiality
agreements or
statements prohibiting or otherwise restricting such employees or contactors
from
lawfully reporting such waste, fraud, or abuse to a designated investigative or
law
enforcement representative of a Federal department or agency authorized to
receive
such information.
(b) The Contractor shall notify employees that the prohibitions and
restrictions of any
internal confidentiality agreements covered by this clause are no longer in
effect.
(c) The prohibition in paragraph (a) of this clause does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use
of funds
appropriated (or otherwise made available) under that or any other Act may be
prohibited, if the Government determines that the Contractor is not in
compliance with
the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor
fails to perform in accordance with the terms and conditions of the contract as
a result of
Government action under this clause.
(End of clause)
This RFQ closes August 3, 2016 at 10:00 A. M. Pacific Standard Time.
Quotes must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-16-T-7314.
The point of contact for this solicitation is Sylvia Paguio at
[email protected]. Please include RFQ N66001-16-T-7314 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Bid Protests Not Available