SPECIAL NOTICE
70 -- Intent to Award Sole Source
- Notice Date
- 8/1/2023 7:27:48 AM
- Notice Type
- Special Notice
- Contracting Office
- FA8650 USAF AFMC AFRL PZL AFRL/PZL WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 8/9/2023 9:00:00 AM
- Archive Date
- 08/24/2023
- Point of Contact
- JaQuan Dangerfiled
- E-Mail Address
-
JaQuan.Dangerfiled@us.af.mil
(JaQuan.Dangerfiled@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 order to a single source Command PE Premium Floating License, on or about 1 Sep 2023 The period of performance (PoP) shall be 12 months from receipt of award.� PSC: 7B20 NAICS: 541519 Size Standard: $30M Software name: Command PE Premium Floating License Supplier name: Command PE Premium Floating License Product description: Command PE Premium Floating License for five (5) total users/two (2) simultaneous users. Adding floating licenses will be accomplished via a modification to existing order FA2396-22-P-0141, via establishing new CLINs for each of option periods 1-4.� Total period effected is 1 Sep 2023 - 31 Aug 2027. 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 8 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.� In your response, you must address how your 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 Ja�Quan M. Dangerfield at jaquan.dangerfield@us.af.mil no later than, 08/09/23 12:00 PM EST.� Any questions should be directed to Ja�Quan M. Dangerfield through email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/464e52ae3f234e9eb8496dc5e0f67921/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN06771148-F 20230803/230801230049 (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 |