Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SPECIAL NOTICE

70 -- FA8650-21-P-4369 - Hyperworks - Intent to Award Sole Source

Notice Date
5/4/2021 8:00:38 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Response Due
5/12/2021 2:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
Curtis Liska
 
E-Mail Address
curtis.liska@us.af.mil
(curtis.liska@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, Altair, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 13 May 2021.� The period of performance is 01 June 21 to 31 May 22. � FSC: 7B20 � NAICS: 514519 Size Standard: 150 employees � Subscription name: � Altair Hyperworks Supplier name: Altair � Product description: This acquisition provides access to Hyperworks for design, modeling, and data processing and works in conjunction within our OPAL Group (OG) of Software including ANSYS - HFSS, INTEL Cluster Parallel Cluster XE, RHEL, ADS and TransMagic. � Product characteristics an equal item must meet to be considered: It has been determined that Altair is the single source provider of Hyperworks and there are no other authorized resellers.� QTY Software Name Product Code POP 106 Altair Units - Multi-Physics / Mechatronics Engineer - maintenance AU-MME-STD-MNT 6/1/21 to 5/31/22 294 PBS-Pro Hardware-locked - maintenance PBS-HL-MNT 10/1/21 to 9/30/22 35 Altair Units - Multi-Physics / Mechatronics Engineer - lease AU-MME-STD-MNT 6/1/21 to 5/31/22 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: � 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 Curtis Liska curtis.liska@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 12May21, 5:00 PM EST.� Any questions should be directed to Curtis Liska through email.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/32246fd1614249a2badbf3f5672308ed/view)
 
Record
SN05990625-F 20210506/210504230112 (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.