Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

76 -- Sole Source Comex Systems CLEP Videos

Notice Date
8/16/2018
 
Notice Type
Presolicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-Q-5073
 
Point of Contact
LESLEY MARIE DOOLEY, Phone: 9372557854
 
E-Mail Address
LESLEY.DOOLEY@US.AF.MIL
(LESLEY.DOOLEY@US.AF.MIL)
 
Small Business Set-Aside
N/A
 
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, Comex Systems, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 30 SEP 2018. The period of performance (PoP) shall be from 30 SEP 2018 to 29 SEP 2019. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: Comex Systems, Inc. College Level Examination Preparation (CLEP) Streaming Videos Supplier name: Comex Systems, Inc. Product description: Comex Systems, Inc. provide audio visual materials that are needed by the Air Force Library Program to assist patrons in preparing for the College Level Examination (CLEP) in various subjects. CLEP streaming videos aid Airmen in their educational pursuits. These videos will help them study for the CLEP tests and increase pass rates. Product characteristics an equal item must meet to be considered: • Provides College Level Examination Preparation (CLEP) Streaming Videos of 80 CLEP review lessons in 16 different subject areas accessible from any browser enabled device. • Streaming videos must include a lecture on subjects specific to the CLEP test • Meets requirements necessitated by AFI 34-150 para 3.2.4.3 to support the voluntary education program 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: 1. 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. 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. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Lesley Dooley at lesley.dooley@us.af.mil and Isaac Thorp at isaac.thorp@us.af.mil no later than 21 AUG 2018, 2:00 PM EST. Any questions should be directed to Lesley Dooley through email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-Q-5073/listing.html)
 
Place of Performance
Address: AFLCMC/PK - WPAFB (INCLUDES PZ, WL, WW, WI, WN, WK, LP, WF, WK), United States
 
Record
SN05042186-W 20180818/180816231909-df487f49cdfcc3024bd7e0ee4d0dd5ac (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.