SOLICITATION NOTICE
D -- Combined Synopsis/Solicitation for NX Mach 2 and Solid Edge Maintenance
- Notice Date
- 7/24/2025 5:32:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-25-SIMACQ-0055
- Response Due
- 8/13/2025 1:00:00 PM
- Archive Date
- 08/28/2025
- Point of Contact
- Alyssa Wenger, Kalynn Jackson
- E-Mail Address
-
alyssa.m.wenger.civ@us.navy.mil, kalynn.r.jackson.civ@us.navy.mil
(alyssa.m.wenger.civ@us.navy.mil, kalynn.r.jackson.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Title of requirement: NX Mach 2 and Solid Edge Maintenance for The Commander, Fleet Readiness Center (COMFRC) for the Naval Air Training and Experimental Command (NATEC). Solicitation N68520-25-SIMACQ-0055 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 purpose of this requirement is to provide The Commander, Fleet Readiness Center (COMFRC) for the Naval Air Training and Experimental Command (NATEC) Head Quarter (HQ) Technical Data Package (TDP) program requires annual maintenance renewal for Next Generation (NX) Mach 2, NX Mach 2 Product Design Annual maintenance and Solid Edge (SE) licenses. *Authorized Resellers Only* Please see attached Statement of Work for full requirements and CLINs. Set Aside: This will be a Small Business Set-Aside. NAICS code for this announcement is 541519. 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. SOLICITATION 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 13 August 2025 will be considered by the Government. The Government will not pay for any information received. Submission Method: Preferred delivery method for submission of your quote is via electronic mail submission to alyssa.m.wenger.civ@us.navy.mil; kalynn.r.jackson.civ@us.navy.mil . Quotes shall include at the minimum, the following information with your response: Unit pricing per line item as shown in RFQ attachment Vendor Contact Name, Phone Number and Email Address FOB: ______________________ Shipping Cost: ______________ Unique Entity ID Number (UEI)# _____________________ Cage Code: _________ You must be registered in System for Award Management (Sam.Gov) Business Size: Small Business Yes or No GSA or SEWP Contract # if applicable: ________________________ Estimated delivery time after issuance of purchase order ____________________ Authorized Reseller Verification Published Price List Attached Documents: SOW includes CLINs, Part Numbers, Period of Performance and Contract Requirements. Conformance to SOW: You must provide the supplies and services in accordance with the Statement of Work which can be found in the attachments. Unless an exception is specifically noted within your quote, your quote will be considered with complete conformance to the solicited requirements. BASIS FOR SELECTION: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 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 2025-03. 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. 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. Invoicing and Payment: Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. It is the Contractor�s responsibility to register in the WAWF system to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. QUESTIONS AND INQUIRIES: All questions and inquiries concerning any aspect of this requirement must be submitted in writing to Alyssa Wenger and Kalynn Jackson via email; alyssa.m.wenger.civ@us.navy.mil; kalynn.r.jackson.civ@us.navy.mil . Telephone requests will NOT be honored. 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 NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15764b2f117d4188bdc6895e3e0f91b0/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07522497-F 20250726/250724230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |