Cameo Software Licenses and Associated Plugins
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: Sep 11, 2024 08:19 pm EDT
- Original Date Offers Due: Sep 18, 2024 11:59 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 03, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 541519 - Other Computer Related Services
- Place of Performance: Washington , DCUSA
Description
This is a combined synopsis and solicitation for commercial products prepared in accordance with format in FAR 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 and quotes are being requested. A written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
The Space Development Agency (SDA) intends to award a Firm Fixed Price purchase order for the following various Cameo Software Licenses and Associated Plugins, no substitutions allowed.
SDA requires the procurement of the following Cameo brand name licenses in accordance with the attached Limited Sources Justification.
For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:
ITEM DESCRIPTION
Quantity Product Number Product Name
20 EA 5CC-M2E-C Cameo Enterprise Architecture - Enterprise Edition (Shareable)
1 EA 5MP-M6B Teamwork Cloud - Business Edition
2 EA 5CP-M7G-C Merge Plugin (Shareable)
2 EA 5CP-M7H-C Cameo DataHub Plugin (Shareable)
2 EA 5CP-M7S-C Cameo Simulation Toolkit Plugin (Shareable)
1 EA 5MP-M2T-05 Cameo Collaborator for Teamwork Cloud, 5 Connections
20 EA 5CC-M2E-C Cameo Enterprise Architecture - Enterprise Edition (Shareable)
1 EA 5MP-M6B Teamwork Cloud - Business Edition
2 EA 5CP-M7G-C Merge Plugin (Shareable)
2 EA 5CP-M7H-C Cameo DataHub Plugin (Shareable)
2 EA 5CP-M7S-C Cameo Simulation Toolkit Plugin (Shareable)
1 EA 5MP-M2T-05 Cameo Collaborator for Teamwork Cloud, 5 Connections
The Offeror shall quote Cameo Brand Name items per the above list. Only Authorized Resellers shall be considered.
This procurement is 100% set aside for small business to Group B, C, and D of NASA SEWP Contract Holders. The North American Industry Classification System (NAICS) Code for this acquisition is 541519 the Small Business Size Standard is 150 employees.
Required delivery is F.O.B. Destination:
Company: SPACE DEVELOPMENT AGENCY
Address: 1670 AIR FORCE PENTAGON
City: WASHINGTON
District of Columbia
Contact: Rosser, Joshua
The required delivery date is a 5 business days after award. Early delivery is acceptable.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:
FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;
FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;
FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;
FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;
FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;
FAR 52.212-2, “Evaluation – Commercial Items.”;
FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;
FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";
FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;
DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;
DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;
DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting:
DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”
DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;
DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;
DFARS 252.246-7008, “Sources of Electronic Parts.”;
Additional terms and conditions:
In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.
The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.
In order to be determined technically acceptable the offeror shall:
Quote the Brand Name specified in their required quantities. The offeror shall submit detailed specifications with quote; Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award.
NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only.
Complete and submit Attachment (if not in Certs and Reps) - 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.
Offers must be emailed directly to christopher.l.glista.civ@mail.mil and marcoantonio.g.castaneda.ctr@mail.mil with the subject “FA240124Q0015 CAMEO”. Offers must be received no later than 2:00 p.m. (EST) on 18 September 2024. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Marco Castaneda at the email listed above or by phone: (602) 245-7483.
Attachments/Links
Contact Information
Contracting Office Address
- MEADOWS 1 CP 571 372 5007 4755 MEADOW WOOD LANE
- CHANTILLY , VA 20151-2222
- USA
Primary Point of Contact
- Christopher Glista
- christopher.l.glista.civ@mail.mil
Secondary Point of Contact
- Marco Castaneda
- marcoantonio.g.castaneda.ctr@mail.mil
History
- Nov 10, 2024 12:04 am ESTAward Notice (Original)
- Oct 03, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)