Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

SOFTWARE MAINTENANCE AND SOFTWARE OPTION


Synopsis/Solicitation Combo - Sep 14, 2004

General Information
Solicitation Number: NNC04Z06015Q
Posted Date: Sep 14, 2004
FedBizOpps Posted Date: Sep 14, 2004
Original Response Date: Sep 22, 2004
Current Response Date: Sep 22, 2004
Classification Code: 70 -- General purpose information technology equipment
NAICS Code: 511210 - Software Publishers

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
This notice is a combined synopsis/solicitation for 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; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Offer (RFO) for the following floating maintenance, node-locked maintenance, and software option. Floating maintenance shall be defined as maintenance hosted from a server utilized by anyone with access to that machine. Node-locked maintenance is tied to one specific machine or hardware key. Maintenance shall be for a period of twelve months and include the following: 1) All new releases and revisions of the licensed software (including major releases and service packs) 2) Engineering support services from application engineers during normal business hours (includes phone and e-mail support on software procedures, implementation issues, and implementation results) 3) Access to web meetings (to discuss software), downloads, additional software information, and application notes.

The floating maintenance that will be purchased is as follows: 1) Maxwell® 3D, (Quantity 2) 2) RMxprtTM (Quantity 2) 3) PExprtTM (Quantity 1) 4) OptimetricsTM (Quantity 1) 5) Simplorer® Pro (Quantity 2)

The node locked maintenance that will be purchased is as follows: 1) Maxwell® 3D (Quantity 1) 2) RMxprtTM (Quantity 1) 3) Simplorer® Pro (Quantity 1)

The RFO also includes a Simplorer Optional software system compatible with the Simplorer modeling kernel. The system shall include the following components and meet the listed specification: Power Library (PL32-0303) Machine Library (PL34-0303) Mechanical Library (PL31-0303) Hydraulic Library (PL28-0306) SMPS Library (PL35-0303) Alternative Power/ Energy Library (PL29-0306) Automotive/ Transportation Library (PL30-0303)

NASA/GRC intends to purchase the above items from Ansoft Corp., Pittsburgh, PA. The statutory authority for Other Than Full and Open Competition is 10 U.S.C. 2304(c)(1)- "Only one responsible source and no other supplies or services will satisfy agency requirements." The rationale for this authority is that the original software was manufactured by Ansoft and no one else has the source code to enable maintenance of the software and that the optional software being procured must be compatible with the original softwrae purchased.

The provisions and clauses in the RFO are those in effect through FAC 01-24.

The NAICS Code and the small business size standard for this procurement are 511210 and $21,000,000 respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to NASA GRC, 21000 Brookpark Road, Cleveland, OH 44135, is required within 30 days ARO. Delivery shall be FOB Destination.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by September 22, 2004 5:00 EDT to Daniel Rodriguez, 21000 Brookpark Road, MS: 500-305, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offers may be faxed to (216) 433-5489 or e-mailed to Daniel.Rodriguez-1@nasa.gov . It is the responsibilty of the offeror to confirm that all faxes and e-mails are received. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 1852.227-86 "Commercial Computer Software- Licensing."

FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-5, 52.225-13, 52.225-16, 52.232-34, and 52.247-64.

The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to Daniel Rodriguez not later than September 21, 2004, 5:00 PM EDT.

Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin;=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Daniel Rodriguez
Title:Contract Specialist
Phone:(216) 433-2778
Fax:(216) 433-5489
Email:Daniel.Rodriguez-1@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE