Skip to main content

An official website of the United States government

You have 2 new alerts

BLUEHILL SOFTWARE

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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)
  • Original Published Date: May 13, 2022 11:16 am EDT
  • Original Date Offers Due: May 18, 2022 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Indian Head , MD 20640
    USA

Description

This is a combined synopsis/solicitation for non-commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures in accordance for purchases not exceeding the simplified acquisition threshold of $250,000 for: BLUEHILL SOFTWARE (QETE).

This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017422Q0054. The NAICS code is 334519 and the business size standard is 500. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will not be responsible for any costs incurred by responding to this notice.

Evaluation Factors

  1. Price – Quotes must include all applicable costs.
  2. Technical – Quotes must reflect the required specifications included in the SOW. 
  3. NOTE:  Vendors MUST address all details inside the Statement of Work (SOW).  Your bid should include your FINAL cost for all areas inside the SOW.

Quote packages are due by Monday, 18 May 2022 08:00 PM EST. Late quotes will not be considered. Quote packages shall be sent to christina.e.simpson@navy.mil , colin.s.qualter.civ@navy.mil , and david.greaves@navy.mil and contain a cover sheet that provides the following information:

1. Official Company Name;

2. Point of contact including name and phone number; and

3. DUNS number and Cage Code.

The Points of Contact for this acquisition is

  1. Christina Simpson, at christina.e.simpson@navy.mil
  2. Colin Qualter, at colin.s.qualters.civ@us.navy.mil
  3. Dr. David Greaves, at david.a.greaves4.civ@us.navy.mil

STATEMENT OF WORK

for

Bluehill Universal Software

  1. INTRODUCTION

The Naval Surface Warfare Center, Indian Head Division (NSWC IHD), Materials Science Branch has a requirement for energetics analysis using the Instron 8800 MTB18886 Testing Frame. Instron’s Bluehill Universal software needs to be installed on the frame computer for high-rate quasi-static testing and data acquisition.

  1. SCOPE

This Statement of Work describes and defines the Parts and Services requirements for the software that controls the Instron 8800 MTB18886 Testing Frame located in Building 764.

  1. REQUIREMENTS

The Contractor shall provide personnel, unlimited labor, travel, parts, shipping, phone and web support for system upgrades as defined here within the SOW at NSWC IHD.

    1. Software

The Contractors shall install Bluehill Universal on the computer that controls the Instron 8800 MTB18886 Testing Frame in Building 764. The software shall include the “General and Components Application Module” and “TestProfiler for Bluehill Universal.”

    1. Shipping

            The cost of shipping of parts shall be included.

                       

    1. Technician Certification

The instrument shall be upgraded in accordance with the manufacture’s specification by factory-trained technicians.

    1. Software / Hardware

            Updated software and hardware shall be included.

                       

    1. Post-Repair System Survey

Upon completion of parts installation and services, the system passes all manufacturer verification and calibration checks.

  1. WARRANTY

All components replaced by the Contractor shall be covered by the Standard Commercial warranty.

  1. DELIVERY/ PERIOD OF PERFORMANCE

Delivery, installation, and training shall take place within three (3) months from date of award.

  1. PLACE OF PERFORMANCE

The Contractor shall install the software and conduct a customer training session at NSWC IHD, Building 764 located at 5261 Guillotine Place, Indian Head, MD.

  1. POINTS OF CONTACT AND DELIVERY LOCATION

            NSWC Indian Head Technical POC:

Colin Qualters, Code R31CQ

Material Properties Branch

5261 Guillotine Place

Indian Head, MD 20640

colin.s.qualters.civ@us.navy.mil

301-744-4338

Contact Information

Contracting Office Address

  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA

Primary Point of Contact

Secondary Point of Contact





History