SPECIAL NOTICE
70 -- Intent to Award Sole Source - MTS Software Support Maintenance
- Notice Date
- 11/5/2024 1:07:15 PM
- 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
- 11/11/2024 1:00:00 PM
- Archive Date
- 11/26/2024
- Point of Contact
- Travis McCullough
- E-Mail Address
-
travis.mccullough.1@us.af.mil
(travis.mccullough.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 order to a Single Source Synopsys, on or about 11 November 2024. The period of performance (PoP) shall be 12 months from recipet of award.� PSC: 7A21 NAICS: 541519 Size Standard: $34M Software name: MTS Software Support Plan Supplier name: MTS Systems Corporations Product description: The AFRL/RQVV FIRST lab performs component and coupon testing using 13 servo-hydraulic test frames and 3 electro-mechanical test frames. The MTS TestSuite software is used for control and data acquisition of the load frames. The required software products are the only authorized products that are functional with the existing hardware 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 4 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 Travis McCullough at Travis.McCullough.1@us.af.mil no later than, �11 November 2024,� 4:00 PM EST.� Any questions should be directed to Travis McCullough through email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/683ac66e347242b5ad2fb914f6ba0e9b/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07256993-F 20241107/241105230059 (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 |