Combined Synopsis/Solicitation for Granta Software License for COMFRC Digital Group

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159974695599961
Posted Date: Mar 28, 2024
Due Date: Apr 11, 2024
Solicitation No: N6852024Q0023
Source: Members Only
Follow
Combined Synopsis/Solicitation for Granta Software License for COMFRC Digital Group
Active
Contract Opportunity
Notice ID
N6852024Q0023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
FLEET READINESS CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 28, 2024 10:08 am EDT
  • Original Date Offers Due: Apr 11, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Patuxent River , MD
    USA
Description

Title of requirement: Granta Minerva Software Licenses for The Commander, Fleet Readiness Center (COMFRC) Headquarters (HQ) Digital Group.



Solicitation N68520-24-Q-0023 is issued as a combined synopsis/solicitation for commercial items and services prepared In Accordance With (IAW) the format in 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; proposals are being requested and a written solicitation will not be issued.



The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase under the authority of FAR Part 12 and FAR Part 13.



Description of Requirement:



The Commander, Fleet Readiness Center (COMFRC) Headquarters (HQ) Digital Group for Aviation Product Lifecycle Management (AvPLM) requires the renewal of sixty-six Granta software licenses, and twenty-five Minerva software licenses. Minerva services are needed to integrate with Granta MI to support Naval Air Systems Command (NAVAIR) projects to continue to address the management of data produced by, and related to, their Additive Manufacturing (AM) production.



The only known source for this requirement is Ansys, Inc. The solution shall address data input and storage within the Ansys Minerva Integration (MI) software and shall expand upon the existing structure and content of Granta MI as it is currently implemented at NAVAIR. The Digital Group also requires procurement of, and customization services for the Ansys Minerva simulation process and data management application. Ansys Minerva will provide a platform for extended analysis of the AM data currently collected in Granta MI, as well as data collected from AM systems resulting from the Quality Made effort. Any substitutions may render some or all software inoperable resulting in significant impacts to the program and the Warfighter due to having to manually manage (AM) material and test data, introducing labor costs, increased risk of quality escapes, limited ability to identify material substitution or optimization opportunities, and delays in delivering parts to the Fleet.



Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract.



Attached Documents: RFQ includes SOW, CLINs, and Clauses and Provisions.



Conformance to SOW: You must provide the supplies and services in accordance with the Statement of Work which can be found in attached RFQ. Unless an exception is specifically noted within your quote, your quote will be considered with complete conformance to the solicited requirements.



Contract Type: Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.



Place of Performance, Inspection, and Acceptance: Deliver FOB Destination.



Applicable Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.



NOTE: The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far.



CLOSING DATE: Interested persons may identify their interest and capability to respond to the requirement or submit proposals, which will be considered by the agency. All proposals received by Time 4:00PM (EST) on 11 April 2024 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received.



Cost of Quotes: Expenses incurred in the preparation of quotes in response to this combined synopsis/solicitation are the vendor’s sole responsibility and not reimbursable by the Government.



QUESTIONS AND INQUIRIES: All questions and inquiries concerning any aspect of this requirement must be submitted in writing to Alyssa Wenger and Meghan Huett via email; alyssa.m.wenger.civ@us.navy.mil; meghan.e.huett.civ@us.navy.mil. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions, or changes to the combined synopsis/solicitation will be updated on this SAM.gov posting.



Please provide the following information with your response:




  1. Unit pricing per line item as shown in RFQ attachment

  2. Vendor Contact Name, Phone Number and Email Address

  3. FOB: ______________________

  4. Shipping Cost: ______________

  5. Unique Entity ID Number (UEI)# _____________________

  6. Cage Code: _________ You must be registered in System for Award Management (Sam.Gov)

  7. Business Size: Small Business Yes or No

  8. GSA or SEWP Contract # if applicable: ________________________

  9. Estimated delivery time after issuance of purchase order ____________________

  10. Published Price list.



PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.








Attachments/Links
Contact Information
Contracting Office Address
  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 28, 2024 10:08 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >