SOLICITATION NOTICE
76 -- Transit Security Report Global Incident Map
- Notice Date
- 10/26/2018
- 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
- FA8604-19-5018
- Archive Date
- 11/15/2018
- Point of Contact
- Matthew R Wilfong, Phone: 9372557857, Matthew Marshall, Phone: 937-255-7853
- E-Mail Address
-
matthew.wilfong@us.af.mil, matthew.marshall@us.af.mil
(matthew.wilfong@us.af.mil, matthew.marshall@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, Transitsecurityreport.com, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 10 November 2018. The period of performance (PoP) shall be from 10 November 2018 - 9 November 2019. Three one-year options are anticipated that would extend the PoP through 9 November 2021. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: Transitsecurityreport.com-Global Incident Report Supplier name: Transitsecurityreport.com Inc Product description: Transit Security Report - Global Incident Map provides a fully customizable map that displays critical safety and security events happening in real time across the globe. Includes everything from terror acts to kidnappings, and port security red flags to aviation incidents. Product characteristics an equal item must meet to be considered: • Must be able to provide a fully customizable map that displays critical events happening in real time across the globe. • Must include everything from terror acts to kidnappings, port security red flags, cyber-attacks, to aviation incidents. • Must allow incidents to be broken down by type of incident and geography • Must keep log of most recent incidents 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 Matthew Wilfong at matthew.wilfong@us.af.mil and Matthew Marshall at matthew.marshall@us.af.mil no later than 31 October 2018, 2:00 PM EST. Any questions should be directed to Matthew Wilfong through email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-19-5018/listing.html)
- Record
- SN05135982-W 20181028/181026230526-c674046a648f076842e2ac1e063ccf3c (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 |