This is a combined synopsis and solicitation for commercial items 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.
Request for Quotation (RFQ) number is N6660425Q0433. This requirement is being solicited as Unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 541511. The Small Business Size Standard is $34.0 Million. The Product Supply Code (PSC) is DA10. This requirement is for Solidworks Implementation and Training according to the attached Statement of Work (SOW), FOB Destination to Newport, RI 02841:
CLIN 0001 Setup/implementation of PDM Professional Vaults – Unclassified network
Mode of execution: in-person or virtual
Qty 7
CLIN 0002 Setup/implementation of PDM Professional Vaults – Classified network
Mode of execution: in-person
Qty 7
CLIN 0003 Relocation of data and mentoring from three existing PDM vaults to new PDM vaults.
Mode of execution: in-person
Qty 1
CLIN 0004 SOLIDWORKS Electrical integration add-in for PDM Pro
Mode of execution: in-person or virtual
Qty 1
CLIN 0005 Provision of Training Credit for 14 PDM Professional vaults administrators.
Mode of delivery: in-person
Qty 14
CLIN 0006 Provision of Training Credit for 150 would be PDM Professional vaults users.
Mode of delivery: in-person
Qty 150
CLIN 0007 Provision of Training Credits for SOLIDWORKS Electrical integration add-in for PDM Pro
Mode of delivery: in-person
Qty 7
Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.
F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.
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 52.204-19, Incorporation by Reference of Representations and Certifications;
FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;
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 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;
DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;
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:
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 training specified in their required quantities. The offeror shall submit detailed specs with quote;
- Meet the schedule with the SOW, Implementation May to June, and Training July to August.
- Authorized Solidworks Reseller/Distributor.
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 Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Thursday 24 April 2025. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.
BRAND NAME JUSTIFICATION:
NUWCDIVNPT, Code 104, was tasked by the command to provide enterprise licenses across the command to support many of the programs that are dependent on their usage. The Strategic Planning Office (Code 00X) has historically sponsored the procurement of a centralized SolidWorks PDM software, SolidWorks Electrical software, and the maintenance renewal of their annual SolidWorks Professional Software licenses.
The Information and Technology division at Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), has a requirement to centrally procure a base wide PDM solution across the command. SolidWorks Product Data Management (PDM) Pro solutions provides an easy way for designers to collaborate on product designs without worrying about version control or data loss. This software can store CAD models and supporting documents—anything from emails to images—in an indexed central repository that tracks versions and automates workflows. This reduces time spent searching for data and eliminates the duplication of effort. It would also control access to our data, so the right users have access to the right files at the right time.
Currently, three departments at Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) are separately hosting their own PDM Vaults. Other departments have expressed interest in standing up PDM Vaults, but standing separate Vaults across the command will not allow the different departments to collaborate on designs. As a result, this project objective is to move our existing data from their siloed locations across the command to a single PDM solution managed by Naval Undersea Warfare Center Division, Newport Information Technology department.
If NUWCDIVNPT were to transition to a different software application, it would cost an approximate $2 million, and over 6-months of development time to start over, in training, implementation, and labor required to create and adjust to new processes.
SOLIDWORKS is an existing, established, NUWC endorsed system-design platform and development environment. It is a 3D parametric design software that is used to design all sorts of products that support NUWC technical focus areas. Extending SOLIDWORKS license in its native environment is more efficient and effective than force fitting a third-party vendor software system to perform similar functions. There are no compatible alternative products in the market.
Based on the above, it is not reasonable to conclude the potential savings from competition can offset the duplicative cost and schedule/mission impact associated with purchasing a new brand name product. Therefore, it is in the best interest of the government to solicit this requirement on a brand name only basis.