CREO Computer Aided Design (CAD) Software License Maintenance Subscription, one (1) year
Disclaimer: This 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; proposals are being requested and a written solicitation will not be issued.
NOTICE : INTENT TO SOLICIT ONLY ONE SOURCE
The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Immix Technology, Inc. 8444 Westpark Drive, Suite 200 McLean, VA 22102. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.
This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 published 06/02/2023.
For purposes of this acquisition, the associated NAICS code is 513210. The small business size standard is $47,000,000.00.
Contract Line Item (CLIN) Structure: The following is a list of contract line-item number(s) and items, quantities, and units of measure, (including option(s), if applicable):
CLIN 0001: Two (2) SPN-4514-F- Creo Design Advanced Subscription
CLIN 0002: One (1) SPN-4516-F- Creo Design Advanced Plus Subscription
CLIN 0003: Two (2) SPN-7502-F- Mathcad Professional - Floating, Subscription
CLIN 0004: Five (5) SPN-4513-F- Creo Design Essentials Subscription
CLIN 0005: One (1) SPN-3127-L- Creo Customization Toolkit Subscription
Specifications/Requirement: (N/A)
Delivery:
6375 JOHNSON ROAD, BUILDING 321
ABERDEEN PROVING GROUND MD 21005
Clauses:
The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
*Indicates Provision
FAR:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)
52.219-28 Post-Award Small Business Program Representation (Mar 2023)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sept 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
52.222-50 Combating Trafficking in Persons (Nov 2021)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-13 Restrictions on certain foreign purchases (Feb 2021)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.232-36 Payment by Third Party (May 2014)
52.239-1 Privacy or Security Safeguards (Aug 1996)
DFARS:
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
*252.203-7005 Representation Relating to Compensation of Former DOD Officials (Sep 2022)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)
*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 (May 2021)
252.204-7018 Prohibition on The Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)
252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)
*252.225-7000 Buy American Balance of Payments Program Certificate Basic (Nov 2014)
252.225-7001 Buy American and Balance of Payments Program Basic (Jan 2023)
*252.225-7055 Representation Regarding Business Operations with The Maduro Regime (May 2022)
252.225-7056 Prohibition Regarding Business Operations with The Maduro Regime (Jan 2023)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.244-7000 Subcontracts for Commercial Products or Commercial Services (Jan 2023)
252.247-7023 Transportation of Supplies by Sea Basic (Jan 2023)
The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
Additional FAR:
*52.204-7 System for Award Management (Oct 2018)
52.204-13 System for Award Management Maintenance (Oct 2018)
*52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
*52.204-20 Predecessor of Offeror (Aug 2020)
52.213-2 Invoices (Apr 1984)
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
DFARS:
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (Dec 2022)
252.204-7003 Control Of Government Personnel Work Product (Apr 1992)
Provisions and Clauses Full Text Attachment:
52.252-2 Clauses Incorporated By Reference (Feb 1998)
252.211-7003 Item Unique Identification and Valuation (Jan 2023)
252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023)
Adelphi Special Instructions:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
INTENT TO SOLICIT ONLY ONE SOURCE
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
SUBSCRIPTION AND SOFTWARE PLATFORM RENEWALS
PAYMENT OFFICE (BANKCARD INVOICES REQUIRED)
TAX EXEMPTION CERTIFICATE
RECEIVING ROOM REQUIREMENTS APG
*EXCEPTIONS IN PROPOSAL
*AWARD OF CONTRACT
*ADELPHI CONTRACTING DIVISION WEBSITE
FOREIGN NATIONALS PERFORMING UNDER CONTRACT
*PAYMENT TERMS
This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
The following notes apply to this announcement: N/A
Offers are due 07/07/2023, by 12:00 pm Eastern Standard time (EST), via email to Brianna Murphy at brianna.murphy.ctr@army.mil or Alexander Cheatham, alexander.k.cheatham.civ@army.mil
For information regarding this solicitation, please contact Brianna Murphy at brianna.murphy.ctr@army.mil or Alexander Cheatham, alexander.k.cheatham.civ@army.mil
Please reference solicitation W911QX-23-Q-0126 on any correspondence
Place of Performance: Contractor Facility