SPECIAL NOTICE
70 -- INTENT to AWARD SOLE SOURCE -Trilion (TQS)
- Notice Date
- 10/24/2023 6:59:24 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 10/29/2023 9:00:00 AM
- Archive Date
- 11/13/2023
- Point of Contact
- Melissa B. Sanders, Joshua Akers, Phone: 9377139855
- E-Mail Address
-
melissa.sanders.5@us.af.mil, joshua.akers.1@us.af.mil
(melissa.sanders.5@us.af.mil, joshua.akers.1@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, Trilion Quality Support (TQS), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 November 2023. The period of performance (PoP) shall be one year from date of award.� FSC: 7A21 NAICS: 513210 Size Standard: 47.0 MIL Subscription name: TQS Supplier name: TQS Product description: �Air Force Research Laboratory Aerospace Systems Directorate Aerospace Vehicles Division Structural Validation Branch (AFRL/RQVV) has a requirement to purchase software maintenance, support and upgrade system hardware that supports the operation of the Aramis Digital Image Correlation (ADIC) system that is compatible with AFRL/RQVV owned software and hardware. RQVV is responsible for providing mission critical support for structural materials properties and operates as a central structural research validation unit within AFRL/RQ. This action will be a new, firm-fixed priced order utilizing FY23 3600 funds for date of award through 31 August 2024. Product characteristics an equal item must meet to be considered: Aramis Trillion Silver Support��� Package Renewal ����������������������� ������������������������������� Line item������������ Product �������������� ��������������������License���������� 1������������� ��������� GOM Correlate Professional� � � � � � �n/a������������ 2������������� ��������� ARAMIS 2M������������ ������������������������� n/a����������� 3������������� ��������� ARAMIS 5M������������ ������������������������� 2-2397708�������������� 4������������� ��������� ARAMIS 6M������������ ������������������������� 3-3622003�������������� 5������������� ��������� ARAMIS 12M���������� ������������������������� 3-4768231 3-4768232 3-4768233 3-4768234 3-4768235���� 6������������� ��������� ARAMIS SRX����������� ������������������������� 3-4768241�������������� 7������������� ��������� ARAMIS SRX 8GB�� ������������������������� n/a����������� 8������������� ��������� ARAMIS HS������������� ������������������������� n/a����������� �The license will be awarded with a period of award through 31 August 2024. 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: � � � � � � � � �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 UEI 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 Melissa Sanders at melissa.sanders.5@us.af.mil and Joshua Akers at Joshua.akers.1@us.af.mil no later than 29 October 2023, 12:00 PM EST.� Any questions should be directed to Melissa Sanders through email.� � � � � � � � � � � � � �********************PLEASE SEE ATTACHED REDACTED J&A AND BOM*******************
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e5aa74ef0d84bb6a4d9edf132c1f251/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06866575-F 20231026/231024230040 (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 |