Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2022 SAM #7457
SPECIAL NOTICE

70 -- Intent to Award Sole Source

Notice Date
4/29/2022 9:42:56 AM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8650 USAF AFMC AFRL PZL AFRL/PZL WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Response Due
5/5/2022 9:00:00 PM
 
Point of Contact
Stephen Wenclewicz
 
E-Mail Address
stephen.wenclewicz.1@us.af.mil
(stephen.wenclewicz.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 Purchase order to a single source, Executive Information Systems Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 9 May 2022.� The period of performance (PoP) shall run through 30 April 2023 � FSC: 7A21 NAICS: 511210 Size Standard: $41.5M Software name: SAS Software Licenses Supplier name: Executive Information Systems, LLC Product description: �Statistical Analysis System (SAS) software, maintenance and licenses are required to conduct surveillance, public health research and analysis. Data management applications are required to work with large data sets shared with base level PH. The software can mine, alter, manage and retrieve data from a variety of sources and perform statistical analysis on it. Under the proposed effort, USAFSAM/PHR will be able to continue providing the operational requirements of Epidemiology and Statistics software applications for USAFSAM. Product characteristics an equal item must meet to be considered: - This effort is for the continuing license and maintenance of existing SAS software maintenance and support.� 47QTCA18D0081 Ordered User Basic Package, including the products: annual maintenance for � 25 Base SAS� � 25 SAS/STAT� � 25 SAS/Graph � 50 SAS/ACCOLE DB � 50 SAS/ASSIST and licenses upgrade from 25 to 45 licenses for� � Base SAS� � SAS/STAT� � SAS/Graph� � 25 SAS/GRAPH; and licenses upgrade from 25 to 65 licenses for� � SAS/ACCOLE DB CONNECT� � SAS/ASSIST� QTY � 45 NOTE - Items listed below are the annual maintenance description for licenses that PHR currently owns and operates. SAS-BASESAS-25PCM: Base SAS annual maintenance for 25 PC users SAS-ANLADD-25PCM: SAS/STAT annual maintenance for 25 PC users SAS-ADDON-25PCM: SAS/Graph annual maintenance for 25 PC users SAS-ADDON-25PCM: ACCOLE DB, Connect - 25 PC Users, Windows, Annual Maintenance for sit 543689.���� SAS-FSP-AST-25PCM: ASSIST, FSP - 25 PC Users, Windows, Annual Maintenance for site 543689. Items listed below are license descriptions for 40 new licenses for PHR. SAS-ADDON-26PCM: ACCOLE DB, Connect - 25 PC Users (upgrade from 25 to 40 users) SAS-FSP-AST-26PCM: ASSIST, FSP - 25 PC Users (upgrade from 25 to 40 users) 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 Stephen Wenclewicz at stephen.wenclewicz.1@us.af.mil no later than 6 May 2022 12:11 PM EST.� Any questions should be directed to Stephen J. Wenclewicz through email.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc6287254fe94f05961802f9132fdd02/view)
 
Place of Performance
Address: Dayton, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06312428-F 20220501/220429230056 (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.