70--OPTION - SolidWorks/CAM Works software & training

expired opportunity(Expired)
From: Federal Government(Federal)
W911S6-17-Q-0005_01

Basic Details

started - 10 May, 2017 (about 7 years ago)

Start Date

10 May, 2017 (about 7 years ago)
due - 12 May, 2017 (about 7 years ago)

Due Date

12 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
W911S6-17-Q-0005_01

Identifier

W911S6-17-Q-0005_01
Department of the Army

Customer / Agency

Department of the Army
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. The solicitation number is W911S6-17-Q-0005_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 0 with a small business size standard of 0.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-12 17:00:00.0 Eastern Time or as otherwise displayed at
target="_blank">www.FedBid.com. FOB Destination shall be Dugway, UT 84022The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following:Base Period of Performance: 03/31/2017 - 03/30/2018LI 001: Base 1 Yr 2017 - 2018 - SolidWorks Standard powerful 2016, 3D design solution for rapid creation of parts, assemblies, and 2D drawings. Application-specific tools for sheet metal, weldments, surfacing, and mold tool and die make it easy to deliver best-in-class designs., 2, EA;LI 002: 1 YEAR CAMWorks BASE YEAR (Initial Year Subs), 2, EA;LI 003: Training - SolidWorks Essentials, 4, EA;LI 004: Go Engineer Training - Per Attached Specs., 1, EA;Option 1 Period of Performance: 03/31/2018 - 03/30/2019LI 001: Opton Yr 1 - SolidWorks Standard powerful 3D design solution for rapid creation of parts, assemblies, and 2D drawings. Application-specific tools for sheet metal, weldments, surfacing, and mold tool and die make it easy to deliver best-in-class designs. Subject to availability of funds., 2, EA;LI 002: RENEWAL 1 Year - Option YEAR 1 CAMWorks Subs, 2, EA;Option 2 Period of Performance: 03/31/2019 - 03/30/2020LI 001: Option Yr 2 - SolidWorks Standard powerful 3D design solution for rapid creation of parts, assemblies, and 2D drawings. Application-specific tools for sheet metal, weldments, surfacing, and mold tool and die make it easy to deliver best-in-class designs. Subject to availability of funds., 2, EA;LI 002: RENEWAL 1 Year - Option YEAR 2 CAMWorks Subs, 2, EA;Option 3 Period of Performance: 03/31/2020 - 03/30/2021LI 001: Opton Yr 3 - SolidWorks Standard powerful 3D design solution for rapid creation of parts, assemblies, and 2D drawings. Application-specific tools for sheet metal, weldments, surfacing, and mold tool and die make it easy to deliver best-in-class designs. Subject to availability of funds., 2, EA;LI 002: RENEWAL 1 Year - Option YEAR 3 CAMWorks Subs, 2, EA;Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, MICC Dugway Proving Ground intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Dugway Proving Ground is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions.New equipment ONLY, NO remanufactured products.FOB Destination CONUS (CONtinental U.S.).No partial shipments unless otherwise specified.This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.The Offeror shall comply with the following FAR clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2)); 52.222-3, Convict labor (E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.222-26, Equal Opportunity (E.O. 11246);52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)).; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.233-3, Protest After Award (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78)..The Offeror shall comply with the following DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); and 252-247-7023, ALT III, Transportation of Supplies by Sea (10 U.S.C. 2631).U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (f) 1st Monday in September (b) 3rd Monday in January (g) 2nd Monday in October (c) 3rd Monday in February (h) November 11th (d) Last Monday in May (i) 4th Thursday in November (e) July 4th (j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday.(a) References: Secretary of the Army memorandum “Accounting for Contract Services” dated 7 Jan 2005. (b) Description: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. (c) Delivery Instructions: The Contractor is required to completely fill in all of the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. (d) Preparation Instructions: The required information includes: (1) Contracting Office; Contracting Officer; Contracting Officer’s Technical Representative; (2) Contract Number; including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting the services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas locations, using standardized nomenclature provided on the website); (12) Presence of deployment of contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from the Contractor’s systems to a secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.During performance of work on the installation, the Contractor shall conform to all safety rules and requirements issued by the Dugway Safety Office. The Contractor shall take all reasonable steps and precautions to prevent accidents, and preserve and protect personnel and property. Any violations of established safety and accident prevention rules and regulations may be grounds for termination of this contract. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor’s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds.Upon completion of service, the contractor shall furnish a service report to the Contracting Officer’s Representative listing date, model, serial number, location, service performed, hours spent, parts replaced and signed by an individual having knowledge of the service.Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor’s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds.The prime contractor is responsible for security badges and/or protective masks issued to their employees and/or employees of their subcontractor(s). A designated representative (being an officer or supervisor of the prime contractor) shall co-sign for each individual when obtaining the required item(s). Additionally, the contractor shall provide to the Contracting Officer or the appointed Contracting Officer’s Representative (COR) a list of employees requiring masks/badges under the awarded contract prior to initiation of work. The Contractor shall be required to submit a “certificate of return” for all masks/badges from the cognizant office(s), to the Contracting Officer or the COR. For item(s) not returned, the replacement cost of the items will be deducted from the invoice or the Contractor will be invoiced if the replacement cost exceeds the amount due the Contractor.(a) In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act (42 U.S.C. 767a(a)), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available. (b) To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C or the statement of work of this document. (c) If offerors possess any special knowledge about any other ODS required directly or indirectly at any level of contract performance, the U.S. Army would appreciated if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so.Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with.If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures.(a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor’s company name and employee’s name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company’s discretion. No other items may be placed on the badge. b) Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by “contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer’s Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include their company name.(a) The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractor’s employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. (b) Contractor personnel under this contract shall not: (1) be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2) be placed in a staff or policy making position. (3) be placed in a position of command, supervision, administration of control over DA Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4) be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5) be used in administration or supervision of military procurement activities. (c) Employee Relationship: (1) The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractor’s employees will act and exercise personal judgment and discretion on behalf of the contractor. (2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This stipulation is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract.U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites.Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor’s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer’s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.FAR Part 52.232-18 -- Availability of Funds.As prescribed in 32.706-1(a), insert the following clause: Availability of Funds (Apr 1984)Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.(End of Clause)The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7, SAMs; 52.204-13, SAMs Maintenance; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.232-7010 Levies on Contract Payments; **OTHER CLAUSES AS DETERMINED APPLICABLE BY THE CONTRACTING OFFICER FOR THE SPECIFIC REQUIREMENT**The following insurance is required as a minimum; (a) Legally Required Insurance: Where certain laws apply such as State laws governing workman'’s compensation and employer'’s liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required.(b) Comprehensive General Liability & Automobile Liability:Each Person Per Property Occurrence DamageComprehensive General Liability None $500,000.00 Automobile Liability $200,000.00 $500,000.00Questions concerning this buy must be submitted at least *1* days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.Contact Information: Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; Office Address :5330 Valdez Circle, Dugway, UT 84022 Location: FedBid.com -- for Department of Army procurements only Set Aside: Total Small Business

Dugway, UT 84022Location

Address: Dugway, UT 84022

Country : United StatesState : Utah

You may also like

SOFTWARE (BRIDGE)

Due: 30 Apr, 2024 (in 10 days)Agency: NATIONAL INSTITUTES OF HEALTH

ACEIT SOFTWARE MAINTENANCE AND TRAINING COURSES

Due: 31 Mar, 2025 (in 11 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

CONSOLIDATED ANSYS SOFTWARE LICENSE

Due: 30 Jun, 2024 (in 2 months)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: GSA CLASS CODE: 70