SPECIAL NOTICE
70 -- Pointwise Software Requirement
- Notice Date
- 5/31/2024 7:37:54 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 6/4/2024 9:00:00 PM
- Archive Date
- 06/20/2024
- Point of Contact
- JaQuan Dangerfield
- E-Mail Address
-
jaquan.dangerfield@us.af.mil
(jaquan.dangerfield@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 Cadence Design Systems, Inc, on or about 5 June 2024. The period of performance (PoP) shall be Date of Award - 30 April 2025.� PSC: 7A21 NAICS: 541519 Size Standard: $34M Software name: Cadence Design Systems, Inc Supplier name: Cadence Design Systems, Inc Product description: The Government has a requirement for a Sole Source purchase from Cadence Design Systems, a code verification software specific to one manufacturer. CLIN # DESCRIPTION QTY UNIT 0001 CFD110M1 Support for Pointwise (PWI-03-1) 3 Each 0002 CFD110M1 Support for Pointwise (PWI-03-17) 1 Each 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 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 Ja�Quan Dangerfield at jaquan.dangerfield@us.af.mil no later than, 05 June 2024, 0900 PM EST. Any questions should be directed to Ja�Quan Dangerfield through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db51961231fa405fbd461c5b32e30d98/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07082363-F 20240602/240531230039 (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 |