SOLICITATION NOTICE
76 -- AF Libraries Subscription to GlobalIncidentMap.com
- Notice Date
- 8/16/2016
- Notice Type
- Presolicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-16-X-8020
- Archive Date
- 9/10/2016
- Point of Contact
- Leatha W. Ferncez, Phone: 9376567507
- E-Mail Address
-
leatha.ferncez@us.af.mil
(leatha.ferncez@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase Order for 150 seats to a single source, TransitSecurityReport.com Inc, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 30 September 2016. The subscription period shall be from 01 October 2016 - 30 September 2017. Two one-year options are anticipated that would extend the performance through 30 September 2019. FSC: 7630 NAICS: 519130 Size Standard: 500 employees Subscription name: GlobalIncidentMap Supplier name: TransitSecurityReport.com Inc Product description: Interactive Geographic Information Systems (GIS)-based display of "Terrorism and Other Suspicious Events" Product characteristics an equal item must meet to be considered: The GIS-based display includes/provides: • All manner of incidents, threats, situations and general news related to terrorism, homeland security and similar matters. • Bomb threats, bomb hoaxes, bomb explosions, thefts or smuggling of radioactive materials, and embassy or consulate incidents. • Threats or incidents at military bases and recruiting locations, chemical incidents, aviation/airport incidents, maritime incidents, railway incidents, and bridge and dam incidents. • Also available/accessible Amber Alerts, non-terror aviation incidents, major drug interdictions, gang activity border security issues, earthquakes, threats to the President/White House, etc. Data added to system throughout each day and archived. • Searches may be conducted by type of incident, date range, country, city, and level of severity or any combination thereof. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 10 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information: 1. Contractors must include the following information: a. Points of contact, addresses, email addresses, phone numbers. b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. c. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. d. Company CAGE Code or DUNS Number. 2. In your response, you must address how your product meets the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Leatha W. Ferncez at leatha.ferncez@us.af.mil and Jason Correll at jason.correll.2@us.af.mil no later than 26 August 2016, 1:00 PM EST. Any questions should be directed to Leatha W. Ferncez via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-16-X-8020/listing.html)
- Record
- SN04226590-W 20160818/160817000120-3ab149fe3932eb65683be12c1f25de2a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |