The RFP Database
New business relationships start here

CST Studio Suite Licenses


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. Request for Quote (RFQ) number is N66604-19-Q-0835.


The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase renewal of CST Studio Suite software licenses and maintenance on a Firm Fixed Price (FFP), Sole Source basis from CST of America, LLC as follows:

 




Part No.



Quantity



Description





3259-1



1 each



Maintenance of existing CST Studio Suite License

- License Type: Node Locked (including technical support and updates)

- Windows Edition

- Frontends: 2

- Simulation Process: 1

- Solver Modules:

          Max. 1 T (Time Domain)

          Max. 1 I (Integral Equation)

          Max. 2 DS (Circuit Simulator)

- Acceleration Token: 4

- Parameter Sweeps & Optimization





3259-2



1 each



Maintenance of existing CST Studio Suite License

- License Type: Node Locked (including technical support and updates)

- Windows Edition

- Frontends: 2

- Simulation Process: 1

- Solver Modules:

          Max. 1 T (Time Domain)

          Max. 2 DS (Circuit Simulator)

- Parameter Sweeps & Optimization





 
CST of America, LLC (Framingham, MA, CAGE Code: 1USK6) is the original equipment manufacturer (OEM) and the sole owner of the CST Studio Suite software licenses. Therefore, the CST Studio Suite software licenses and maintenance renewal can only be obtained and renewed through CST of America, LLC. (See attached Sole Source Justification).


The required Period of Performance is 25 January 2019 to 24 January 2020.


This requirement is being solicited as Sole Source under North American Industry Classification System (NAICS) Code 511210 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSPB). The applicable size standard is $38.5M.


Offerors must be registered in System for Award Management (SAM). Registration information can be found at http://www.sam.gov.


The provisions at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors- Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation.


Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far.


If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation.


The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9.


This notice of intent is not a request for competitive proposals. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.


Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number.


Quotes shall be submitted electronically to Chelsea Isherwood at chelsea.isherwood@navy.mil and must be received on or before Tuesday, January 22, 2019 at 2:00PM Eastern Standard Time (EST). Quotes received after this date are late and will not be considered for award. For questions regarding this acquisition, please contact Chelsea Isherwood at chelsea.isherwood@navy.mil.



Chelsea A. Isherwood, Contracts Negotiator, Phone 4018324381, Email chelsea.isherwood@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP