SPECIAL NOTICE
70 -- Notice of Intent to Award Sole Source - Annual Dosimetry Program
- Notice Date
- 3/27/2020 9:10:16 AM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA8650-20-P-4052
- Response Due
- 3/30/2020 11:00:00 AM
- Archive Date
- 04/14/2020
- Point of Contact
- Tracy Sober, Phone: 9372557739
- E-Mail Address
-
tracy.sober@us.af.mil
(tracy.sober@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Stanford Dosimetry LLC, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 01 April 2020.� The period of performance (PoP) shall be from 25 March 2020 � 24 March 2021.� FSC: 7030 NAICS:�511210 Size Standard: $41.5M Requirement name: Annual Dosimetry Program Supplier name: Stanford Dosimetry LLC � Product description: The procurement will renew the USAF Radiation Dosimetry Laboratory�s software support/maintenance contract with Stanford Dosimetry LLC for the period of 25 March 2020 through 24 March 2021. The USAF Radiation Dosimetry Laboratory contracted with Stanford Dosimetry LLC to develop a completely new dose calculation algorithm as well as secure consultative services from a vendor familiar with the operation and testing performance of Air Force Dosimetry.� This contract will continue the software support/maintenance provided by Stanford Dosimetry, which is familiar with Air Force unique dosimeter models, operations, and proficiency tests.� Product characteristics an equal item must meet to be considered: Annual license for Stanford Dosimetry PC Algorithm Application Unlimited Telephone Support to designated USAF Dosimetry Program Personnel Provide NIST/NVLAP Performance Test review and written feedback to the USAF � annual review for up to three dosimeter designs Provide Quality Assurance Review Review all quarterly internal AF Quality Assurance test results. Conduct Data Investigations � Investigate USAF identified malfunctions within the provided algorithm Provide written reports on up to 10 investigations results per quarter. 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 5 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: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. 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. 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. Company CAGE Code or DUNS Number.� If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. �Responses must address how the alternate product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Tracy Sober at tracy.sober@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 30 March 2020, 2:00 PM EST.� Any questions should be directed to Tracy Sober through email.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ab51a5fdfab24b538bb0ba21ee7e2d96/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN05602553-F 20200329/200327230146 (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 |