Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
SPECIAL NOTICE

70 -- Intent to Award Sole Source - AutoDesk

Notice Date
7/15/2020 9:37:03 AM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA8650-20-Q-4361
 
Response Due
7/22/2020 11:00:00 AM
 
Archive Date
08/06/2020
 
Point of Contact
Tracy Sober
 
E-Mail Address
tracy.sober@us.af.mil
(tracy.sober@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, DLT Solutions, LLC, under the authority of FAR 6.302-1 and FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 24 July 2020.� The period of performance (PoP) shall be from 25 July 2020 � 24 July 2021.� �� FSC: 7030 NAICS: 511210 Size Standard: $41.5M Description: AutoDesk Vault Annual Supscription Supplier name: DLT Solutions, LLC Product description: This acquisition is to purchase the AutoDesk Vault Annual Supscription, upgrade, training, and support for the Air Force Research Laboratory. This is a yearly subscription renewal from 25 July 2020 � 24 July 2021. Product characteristics an equal item must meet to be considered: The AutoDesk Vault annual subscription is available from DLT Solutions, LLC through the Department of Defense (DoD) Enterprise Software Initiative (ESI) which is the required source under DFARS 208-7402. The entire requirement is not available throught the ESI Blanket Purchase Agreement (BPA). Therefore, the Government plans to purchase the entire requirement as a sole sourece acquisition. 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 6 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 Tracy Sober at tracy.sober@us.af.mil and Jennifer Arnett at jennifer.arnett.1@us.af.mil no later than 22 July 2020, 2:00 PM EST.� Any questions should be directed to Tracy Sober through mail.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e539b07e505b4055b61f1f1b1bac145c/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05721618-F 20200717/200715230146 (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 |
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.