Posted: Jan. 29, 2019, 3:50 p.m. EST
Type: Combined Synopsis/Solicitation
Title: FEMAP with NX Nastran Software
Classification Code: 7030 - Information Technology Software
NAICS Code: 511210 - Software Publishers
Response Date: 8 February 2019 @ 3:00 p.m. Pacific Standard Time (PST)
(i) This is a combined synopsis/solicitation for brand name commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement.
(ii) Solicitation Number: FA9302-19-Q-5002 **Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524.
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including CAGE Code, DUNS Number, and date offer expires.
Contractors must fill out the attached provision (Attachment 1), DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and return to the POC listed below when responding with a quote to this combined synopsis/solicitation.
Contractors must be registered in the System for Award Management (https://www.sam.gov) prior to award.
This solicitation is issued as a request for quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-01, DPN 20180928, and AFAC 2018-0525.
(iv) THIS REQUIREMENT WILL BE: Full and Open Competition
The North American Industry Classification System (NAICS) number for this acquisition is 511210 with a size standard of 500 employees.
(v) List of requirements:
FEMAP with NX Nastran
Qty. 1 - E601 Basic (Floating) Perpetual License
Qty. 1 - E601 Basic (Floating) Maintenance
Qty. 1 - E525 Multistep Nonlinear (F) Perpetual License
Qty. 1 - E525 Multistep Nonlinear (F) Maintenance
Qty. 1 - E521 Advanced Bundle (Floating) Perpetual License
Qty. 1 - E521 Advanced Bundle (Floating) Maintenance
(vi) Description: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a brand name requirement to provide FEMAP with NX Nastran to end users within the 412th TW.
(vii) Place of delivery and acceptance is FOB Destination, Edwards AFB, CA 93524. Any/all delivery charges must be included in the quote for FOB Destination.
Period of Performance (POP) is anticipated to be 30 DARO for software with 1yr of maintenance/technical support.
(viii) FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) applies to this acquisition.
(ix) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) applies to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Price;
(ii) Technical capability of the item offered to meet the Government requirement;
This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable, the quote must demonstrate that all required brand name items are included in the quote. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. If the initial lowest price is found to be technically acceptable, award will be made that vendor.
(x) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) and FAR 52.212-3 - Alternate I Offeror Representations and Certifications - Commercial Items (Oct 2014) apply to this acquisition.
Offerors shall include a completed copy of the provision at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, with its offer-or complete the provision located at http://www.sam.gov/portal.
(xi) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items applies to this acquisition.
(xii) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition.
The following clauses cited in FAR 52.212-5 apply to this acquisition:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
FAR 52.209-6 Proctecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013)
FAR 52.222-3 Convict Labor (Jun 2003)
FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 Equal Opportunity (Sep 2016)
FAR 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
FAR 52.222-50 Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)
(xiii) Additional Contract Requirement or Terms and Conditions:
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)
FAR 52.212-4 Contract Terms and Conditions (Jan 2017)
FAR 52.232-23 Assignment of Claims (May 2014)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016)
DFARS 252.211-7003 Item Identification and Valuation (Mar 2016)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)
DFARS 252.225-7000 Buy American Statute - Balance of Payments Program Certificate (Nov 2014)
DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017)
DFARS 252.225-7048 Export-Controlled Items (Jun 2013)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
DFARS 252.244-7000 Subcontracts for Commercial Items - Components (DoD Contracts) (Jun 2013)
DFARS 252.247-7023 Transportation of Supplies by Sea - Basic (Apr 2014)
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Nov 2012)
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items-
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
COMBO
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial item financing, submit a commercial item financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
[Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F03000
Issue By DoDAAC FA9302
Admin DoDAAC** FA9302
Inspect By DoDAAC F1S0AK
Ship To Code F1S0AK
Ship From Code N/A
Mark For Code FA9302-19-P-5002
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
N/A
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
AF 5352.201-9101 OMBUDSMAN (Jun 2016)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman:
Air Force Test Center Vice Commander
1 South Rosamond Blvd
Edwards AFB CA 93524-3784
Phone: 661-277-2810
Fax: 661-275-7593
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) Offers are due by Friday, 8 February 2019 at 3:00 PM PST. Offers must be sent to Jennifer Story at jennifer.story@us.af.mil and Monika Masei at monika.masei@us.af.mil via electronic mail. No late submissions will be accepted.
Please submit any questions regarding this solicitation, in writing to the POC email listed below, NLT 1:00 pm PST on Thursday, 31 January 2019.
(xvi) For additional information regarding this solicitation contact:
Jennifer Story
Email: jennifer.story@us.af.mil
AND
Monika Masei
Email: monika.masei@us.af.mil