Federal Bid

Last Updated on 31 Aug 2021 at 6 PM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

Upgrade of VGStudio Max license to VGStudio Max 3.5

Solicitation ID W91ZLK-21-Q-0056
Posted Date 31 Aug 2021 at 6 PM
Archive Date 04 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-Apg Dir
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21005

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 effective 3 May 2021. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13 Simplified Procedures for Commercial Items. This requirement is being solicited as a Full and Open Competition by NAICS Code 511210 (Perpetual License Software). The Government contemplates an award of a Firm-Fixed Price (FFP) type contract, and will be evaluated on the basis of Lowest Priced Technically Acceptable (LPTA); Lowest Priced offer, that meets all the requirement listed in the Statement of Work (SOW ).

The synopsis/solicitation number is W91ZLK-21-Q-0056 for the purchase of: 

Requirements/Specification

1. Vendor shall provide Upgrade of ATC’s existing VGStudio Max license to VGStudio Max 3.5

2. One-year update/service agreement for a VGStudio Max 3.5 Cast & Mold Dongle License including single user VGStudio Max 3.5 Dongle License and the add-on modules Coordinate Measurement, Nominal/Actual Comparison, Wall thickness Analysis, Porosity/Inclusion Analysis.

3. One-year update/service agreement for VGStudio Max 3.5 add-on module CT Reconstruction Basic.

4. One-year update/service agreement for VGStudio Max 3.5 add-on module CT Reconstruction (Cone Beam, Fan Beam, Parallel Beam).

Vendor shall provide software downloadable electronically license by USB dongle.

For Specific information please refer to the attached Statement of Work. 

Proposals shall be submitted in two (2) separate volumes:

Volume I: PRICE Proposal: Please submit detailed price proposal in accordance with the Statement of Work. The Price proposal shall clearly identify the firm fixed price unit prices. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Partial quotes will not be evaluated.

Volume II: TECHNICAL Proposal: Technical acceptability will be based on a proposal that meets all the requirements stated in the Statement of Work (SOW). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the SOW.

Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. In order for Prospective offerors, to qualify as sources for this acquisition, offerors must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer.

EVALUATION & BASIS FOR AWARD: 

Basis for Award: 

The Government intends to award one Firm-Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of “Acceptable” must be achieved for each of the Technical factors.

Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:

  1. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or
  2. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or
  3. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or
  4. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.
    • The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.
    • The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal.
    • The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.
    • By submitting a quote the Contractor agrees to the notations identified in the Statement of Work.
    • All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://beta.sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided.
    • The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.

In the event of equal low bids that are technically acceptable, awards shall be made first to:

  1. Small Business Development 8(a) program participant with an active certification represented by NAICS Code 511210.
  2. Small disadvantaged business concern represented by NAICS Code 511210.
  3. Small Business represented by NAICS Code 511210.
  4. Large Business

Delivery: Contractor shall deliver within 4 weeks after approved system drawings, and Provide System drawings within two weeks after contract award.

Place of Delivery: U.S. Aberdeen Test Center, ATTN: TEAT-WFA Steven Shrewsbury, 6850 Lanyard Rd Bldg 358, Aberdeen Proving Ground, MD 21005.

For questions concerning this solicitation, contact Tien Nguyen, Contract Specialist, via- mail at [email protected] questions must be received by September 02, 2021 at 1:00 p.m. Eastern Time.

All quotations must be signed, dated, and submitted via email to [email protected] by September 03, 2021 at 4:00 p.m. Eastern Time.

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil

The following clauses and provisions are incorporated by reference: 

52.203-7 Anti-Kickback Procedures JUN 2020

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.  JUL 2018

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.  OCT 2020

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020

52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation  NOV 2015

52.219-1 Alt I Small Business Program Representations (NOV 2020) Alternate I  SEP 2015

52.219-28 Alt I Post-Award Small Business Program Rerepresentation (NOV MAR 2020 2020) Alternate I

52.219-33 (Dev) Nonmanufacturer Rule (DEVIATION 2020-O0008) MAR 2020

52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2021

52.222-50 Combating Trafficking in Persons OCT 2020

52.222-54 Employment Eligibility Verification OCT 2015

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020

52.225-13 Restrictions on Certain Foreign Purchases  FEB 2021

52.225-18 Place of Manufacture  AUG 2018

52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000

52.232-34 Payment By Electronic Funds Transfer--Other Than System for Award Management JUL 2013

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

52.244-6 Subcontracts for Commercial Items NOV 2020

52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998

252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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  OCT 2005

252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation  DEC 2019

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services  JAN 2021

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of

 Terrorism  MAY 2019

252.232-7003  Electronic Submission of Payment Requests and Receiving Reports  DEC 2018

252.232-7006  Wide Area WorkFlow Payment Instructions DEC 2018

252.244-7000  Subcontracts for Commercial Items  JAN 2021

252.247-7023  Transportation of Supplies by Sea  FEB 2019

Bid Protests Not Available

Similar Past Bids

Aberdeen proving ground Maryland 18 Aug 2021 at 7 PM
Bethesda Maryland 29 Aug 2019 at 7 PM
Indian head Maryland 03 Apr 2024 at 6 PM
Location Unknown 04 Apr 2013 at 5 PM

Similar Opportunities

Denver Colorado 31 Jul 2025 at 8 PM
Denver Colorado 21 Aug 2025 at 8 PM
Chicopee Massachusetts 09 Jul 2025 at 4 PM
Tinker air force base Oklahoma 28 Jul 2025 at 8 AM
Tinker air force base Oklahoma 28 Jul 2025 at 8 AM