SOURCES SOUGHT
70 -- Senturion Alpha Sources Sought
- Notice Date
- 12/29/2022 8:50:17 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- FA4814 6 CONS PK TAMPA FL 33621-5119 USA
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VVJ82293AC01
- Response Due
- 1/12/2023 11:00:00 AM
- Point of Contact
- Maria A McKenzie-Williams, LaKeisha Gamble
- E-Mail Address
-
maria.mckenzie-williams@us.af.mil, lakeisha.gamble.2@us.af.mil
(maria.mckenzie-williams@us.af.mil, lakeisha.gamble.2@us.af.mil)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. F2VVJ82293AC01 shall be used to reference any written responses to this sources sought. 6th Contracting Squadron, MacDill Air Force Base has a requirement for SENTURION ALPHA Software, Training, and Telephone Support/Consultation in support of United States Central Command.� The North American Industry Classification Systems (NAICS) Code proposed is 513210.� The size standard for NAICS is $47,000,000.00 The United States Central Command/CCJ8 has a requirement for Software Training, and Telephone Support Consultation on a predictive strategy and political model that analyzes the behavioral dynamics within local, domestic, and international contexts and predicts how policy positions or actions of competing interests will evolve over time. The underlying methodology relies on agent-based modeling. Salient Characteristics: The software is unique because it combines utility theory, game theory, medium voter theory, and risk analysis into one simulation software through simple inputs. The Senturion software is the only platform with the capabilities and functions required for conducting rigorous modeling and simulation of crisis scenarios. The software anticipates how conflicts will evolve in the future, thereby developing pathways to preventing or minimizing conflict. The software simulates complex negotiations, accurately estimates how crises evolve over time, identifies simulated opportunities, generates network analysis, and tests for statistical/empirical validity of predicted outcomes. The software contains the unique capability required for accurate and reliable modeling of complex negotiations and crises scenarios under a conflict setting. In addition, the Software provides simulations of performance of the subject stakeholder under various scenarios, creates additional understanding of the processes at work, forecasts decision outcomes, predict behavior of group members under varying conditions, and test the consequences of information activities on subject populations. The software is a predictive, agent based modeling technology that provides a detail forecast of stakeholder behavior in complex political-military problems; Prescriptive messaging, policy and tactical advice on how to share the political-military landscape in complex problem. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. We are interested in any size business that is capable of meeting this requirement. �A determination by the Government to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a brand name only sole source or competitive procurement. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses:� maria.mckenzie-williams@us.af.mil or lakeisha.gamble.2@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 1400HRS EST ON 12 JAN 2023. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/585a1362689d417a8636de2a4054d3f7/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN06554003-F 20221231/221229230112 (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 |