Federal Bid

Last Updated on 17 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

StressCheck Software

Solicitation ID FA8224-14-T-0065
Posted Date 19 Aug 2014 at 6 PM
Archive Date 17 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location Belgium
 

The OO-ALC/PZIMB, Hill AFB Utah, intends to solicit, negotiate, and award a Fixed Firm Price contract for StressCheck Software to the responsible quoter whose proposal conforms to the solicitation, which will be most advantageous to the government. The Government reserves the right to not make an award at all.

 

This is a commercial acquisition, being procured under FAR Part 12, Other Than Full and Open Competition. 

 

Responsible quoters shall provide pricing for the items below:

 

(FAR Clause 52.247-34 F.O.B. destination will be used.  Include shipping in the quoted prices of the individual items.)

 

The Air Force is procuring:

 

Stresscheck 9.2 Professional Edition for Windows XP or 7 Maintenance:   Stresscheck Basic & 64-bit Solver Paid-up Node-Locked Win 32 maintenance.  Stresscheck Composites Paid-up Nod-locked Win 32 maintenance.  Linear Elasticity Analysis Paid-up Node-locked Win 32 maintenance.  Nonlinear Analysis Paid-up Node-locked Win 32 Maintenance.  Fracture Mechanics Analysis Paid-up Node-locked Win 32 maintenance.  Modal/Buckling Analysis Paid-up Node-locked Win 32 maintenance.  Cold Working Analysis Paid-up Node-locked Win 32 maintenance.  IGES CAD Translator Paid-up Node-locked Win 32 maintenance.  STEP CAD Translator Paid-up Node-locked Win 32 maintenance.  MeshSim-Advanced Automesher Paid-up Node-locked Win 32 maintenance.

 

EVALUATION CRITERIA AND BASIS FOR AWARD
Offers will be ranked by price from lowest to highest. Then beginning with the lowest they will be evaluated to ensure they meet the technical requirements, including the delivery schedule. As soon as an offer is found that meets the technical requirements, the evaluation will end, the more expensive proposals will not be evaluated. Significant evaluation factors are (i) technical acceptability (Pass/Fail) of the item(s) offered to meet the Government requirement, and (ii) price.
* Price will be evaluated first.
* Second technical acceptability will be evaluated on a pass/fail basis by determining whether the item(s) proposed meet all requirements:
* Delivery schedule.

INSPECTION AND ACCEPTANCE CRITERIA
Deliverables will be inspected upon arrival.

 

Period of Performance

24 September 2014 to 23 September 2015

 

SHIPPING ADDRESS

309 SMXG

Jill Smith

7278 4th Street Building 100 Bay D

Hill AFB, UT  84056-5205

 

 

PROVISIONS AND CLAUSES
The following provisions apply to this acquisition:
52.212-1, Instructions to Offerors - Commercial;
52.212-3, Offeror Representations and Certifications - Commercial Items.

 

In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http:www.acquisition.gov. If paragraph (j) of the provision applies, a written submission is required;

The following clauses apply to this acquisition:
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 including subparagraphs

52.246-16 Responsibilities for Supplies

52.247-34 F.O.B. Destination

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

 

 

REQUIRED SUBMISSIONS
All quoters shall submit the following:
1) A quotation including all required items (all or nothing)
2) Cage Code, DUNS Number, delivery timeframe after receipt of order,
3) This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to extend an award as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:


The offeror shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


OR


The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation.

All quotations shall be sent to:
[email protected]

All offerors shall ensure the solicitation number is in the subject line of the email.  If a hardcopy is being mailed, include the solicitation number on the outermost packaging. 

The entire solicitation will be made available only on FedBizOpps (FBO) website at: https://www.fbo.gov/. All current/future information about this acquisition, i.e. solicitation, amendments, purchase specification, and Q &A's will be distributed through FBO.  Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

 

AUTHORITY: 10 U.S.C. 2304 (C)(1), JUSTIFICATION:  SUPPLIES REQUIRED ARE FROM ONLY ONE OR A LIMITED NUMBER OF RESPONSIBLE SOURCE(S) AND NO OTHER TYPE OF SUPPLIES WILL SATISFY AGENCY REQUIREMENTS.

 

THE PROPOSED CONTRACT ACTION IS FOR SUPPLIES AND SERVICES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE, OR A LIMITED NUMBER OF SOURCES UNDER THE AUTHORITY OF FAR 6.301-1.  INTERESTED PERSONS MAY IDENTIFY THEIR INTEREST AND CAPABILITY TO RESPOND TO THE REQUIREMENT OR SUBMIT PROPOSALS.  THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. HOWEVER, ALL PROPOSALS RECEIVED PRIOR TO THE CLOSING DATE ON THE SOLICITATION WILL BE CONSIDERED BY THE GOVERNMENT.  A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED CONTRACT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT.  INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT.  SPECIFICATIONS, PLANS, OR DRAWING RELATING TO THE PROCUREMENT DESCRIBED ARE INCOMPLETE OR NOT AVAILABLE AND CANNOT BE FURNISHED BY THE GOVERNMENT.  THE GOVERNMENT DOES NOT OWN THE DATA OR RIGHTS TO THE DATA NEEDED TO PURCHASE THIS ITEM FROM ADDITIONAL SOURCES.

 

All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment.

 

Bid Protests Not Available

Similar Past Bids

Star Mississippi 13 Sep 2017 at 9 PM
Location Unknown 26 Sep 2017 at 4 PM
Justin Texas 10 Jul 2017 at 8 PM
Patuxent river Maryland 15 Sep 2010 at 8 PM
Location Unknown 30 Aug 2019 at 7 PM