COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: 66
2. NAICS Code: 334519
3. Subject: One (1) base year Class 4 renewal license of an Anthropometric Test Device (ATD) Hybrid III 50th Finite Element Model (FEM), ANSYS LS Dyna, with four (4) option years
4. Solicitation Number: W911QX25QA092
5. Set-Aside Code: N/A
6. Response Date: Five (5) business days after posting
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
DEVCOM Analysis Center
6375 Johnson Road, Bldg 321
ABERDEEN PROVING GROUND MD 21005
8.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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.
INTENT TO SOLICIT ONLY ONE SOURCE
The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government intends to award to Humanetics Innovative Solutions, Inc. at 23300 Haggerty RD, Farmington Hills, Michigan 48335, CAGE Code 0TUR1. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation
(ii) The solicitation number is W911QX25QA092. This acquisition is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.
(iv) The associated NAICS code is 334519. The small business size standard is 600 Employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001: Humanetics FE Model License Renewal (Base Year)
CLIN 0002: Humanetics FE Model License Renewal (Option Year 1)
CLIN 0003: Humanetics FE Model License Renewal (Option Year 2)
CLIN 0004: Humanetics FE Model License Renewal (Option Year 3)
CLIN 0005: Humanetics FE Model License Renewal (Option Year 4)
(vi) Description of requirements: The Contractor shall provide one (1) base year Class 4 renewal license of an Anthropometric Test Device (ATD) Hybrid III 50th Finite Element Model (FEM), ANSYS LS Dyna (Part #: CAE-H350D-FA) with four (4) option years.
(vii) Delivery is required by two (2) days after contract award (ACA). Delivery shall be made to Aberdeen Proving Ground, Bldg 321, Acceptance shall be performed at Aberdeen Proving Ground, Bldg 321. The FOB point is Destination.
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE
(ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
(x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE
(xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
52.209-6 PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)
52.240-1, PROHIBITION ON UNMANNED AIRCRAFT SYSTEMS MANUFACTURED OR ASSEMBLED BY AMERICAN SECURITY DRONE ACT—COVERED FOREIGN ENTITIES (NOV 2024)
(xii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG
2020)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-20 PREDECESSOR OF OFFEROR (AUG 2020)
52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures.
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES- REPRESENTATION (OCT 2020)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS
52.252-1 PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)
252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013)
252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)
252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR
1992)
252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)
252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (MAY 2021)
252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023)
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7000 BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)
252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017)
52.225-7012 Preference for Certain Domestic Commodities (APR 2022)
252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2023)
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)
ACC – APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (ARL)
RECEIVING ROOM – APG
ADELPHI CONTR. DIVISION URL
PAYMENT TERMS
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
FOREIGN NATIONALS PERFORMING
(xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
(xiv) The following notes apply to this announcement: In accordance
with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xvi) Offers are due on five (5) business days after solicitation posting, by 11:59 AM ET, to adaleta.dougherty2.civ@army.mil
(xvi) For information regarding this solicitation, please contact adaleta.dougherty2.civ@army.mil, Phone: 520-672-9586