This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.
The RFQ number is N3904021Q0279 . This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 and DFARS Change Notice 20210709. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:a
https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars
The NAICS code is 541519. The small business size standard is 150 employees. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE basis to ESI North America in accordance with both FAR 6.302-1 and FAR 19.1306. (See the attached Justification for Sole Source)
This requirement is to provide Norfolk Naval Shipyard with a firm-fixed-price order for Sole-Source ProCAST with DMP Solvers.
The estimated period of performance is 1 year after DOA. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 8.
ITEM DESCRIPTION QTY UNIT UNIT PRICE
0001 Visual for Casting Visual Core, Visual CAST, VIEWER, MEST 1 Each
0002 InterOP/PARASOLID translator 1 Each
0003 ProCAST DMP Solvers for Porosity & Stress - includes Thermal, 1 Each
Fluid/Flow, Stress & MicroStructure Solvers for 1 Job on 12 CPUs (PRO
-S-35, PRO-S-36, PRO-S-37, PR-S-42)
0004 Computherm - Material Database Chose from 1 1 Each
*Delivery and Return Freight to be included.
Period of performance: 1 year after DOA
Place of performance: Norfolk Naval Shipyard UIC N42158
Portsmouth, VA 23709
The following FAR provision and clauses are applicable to this procurement:
See the following applicable clauses to this order:
52.204-7 System For Award Management Oct 2018
52.204-13 Sam Maintenance Oct 2018
52.204-16 Commercial And Government Entity Code Reporting Jul 2016
52.204-17 Ownership Or Control Of Offeror Jul 2016
52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014
52.204-20 Predecessor Of Offeror Jul 2016
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems Jun 2016
52.204-22 Alternative Line Item Proposal Jan 2017
52.204-24 Representation Regarding Certain Telecommunications And Dec 2019
Video Surveillance Services Or Equipment.
52.204-25 Prohibition On Contracting For Certain Telecommunications And Aug 2019
Video Surveillance Services Or Equipment.
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015
--Representation
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Feb 2016
Or A Felony Conviction
52.212-1 Instructions To Offerors--Commercial Items Oct 2018
52.212-2 Evaluation - Commercial Item Oct 2014
52.252-2 Clauses Incorporated By Reference Feb 1998
52.252-6 Authorized Deviations In Clauses Apr 1984
252.203-7000 Requirements Relating To Compensation Of Former Dod Official Sep 2011
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Sep 2013
252.204-7003 Control Of Government Personnel Work Product Apr 1992
252.204-7006 Billing Instructions
252.204-7008 Compliance With Safeguarding Covered Defense Information Oct 2016
Controls
252.204-7009 Limitations On The Use Or Disclosure Of Third-Party Oct 2016
Contractor Reported Cyber Incident Information
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation May 2016
Support
252.215-7013 Supplies And Services Provided By Nontraditional Defense Jan 2018
Contractors
252.225-7048 Export-Controlled Items Jun 2013
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018
252.232-7006 Wide Area Workflow Payment Instructions Dec 2018
252.232-7010 Levies On Contract Payments Dec 2006
252.244-7000 Subcontracts For Commercial Items Jun 2013
252.247-7023 Transportation Of Supplies By Sea FEB 2019
C-202-H001 Additional Definitions–Basic (Navsea) Oct 2018
C-204-H001 Use Of Navy Support Contractors For Official Oct 2018
Contract Files (Navsea)
C-211-H018 Approval By The Government (Navsea) Jan 2019
C-212-W002 Commercial Supplier Agreements (Navsea) Mar 2019
C-227-H010 Computer Software And/Or Computer Data-Base(S) Delivered Apr 2004
To And/Or Received From The Government (Navsea)
C-246-H001 Extension Of Commercial Warranty (Navsea) Nov 1996
D-247-H002 Packaging Of Supplies Nov 1996
D-247-W001 Prohibited Packing Materials (Navsea) Oct 2018
D-247-H004 Marking And Packing List(S) Nov 1996
E-246-H016 Inspection And Acceptance Of F.O.B. Destination
Deliveries
F-247-H004 F.O.B. Destination Apr 2015
G-232-H002 Payment Instructions And Contract Type Jun 2018
Summary For Payment Office
G-232-H005 Supplemental Instructions Regarding Invoicing Jan 2014
G-242-H001 Contract Administration Data May 1993
Evaluation Criteria:
52.212-2 Evaluation--Commercial Items (Oct 2014)
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.
(1) TECHNICAL ACCEPTABILITY
Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.
Technical Evaluation Ratings:
Rating: Acceptable
Description: Submission clearly meets the minimum requirements of the solicitation
Rating: Unacceptable
Description: Submission does not clearly meet the minimum requirements of the solicitation
If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.
(2) PRICE
The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days.
Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.
System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
METHOD OF PROPOSAL SUBMISSION:
All quotes must be sent via email to [email protected]. Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than July 20, 2021 at 23:59 EST.
******* End of Combined Synopsis/Solicitation ********