SPECIAL NOTICE
H -- Intent to Award Sole Source - Stanford Dosimetry
- Notice Date
- 3/13/2023 1:57:37 PM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 3/16/2023 3:00:00 PM
- Point of Contact
- Shane Love
- E-Mail Address
-
shane.love@us.af.mil
(shane.love@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 order to a single source Stanford Dosimetry LLC, for a base year plus four, one year Options.� The period of performance (PoP) shall be from 25 March 2023 � 24 March 2028. PSC: H958 NAICS: 541380 Size Standard: $19M Software name: Stanford Dosimetry Consult Services Supplier name: Stanford Dosimetry, LLC Product description: Stanford Dosimetry provides annual consultative services to USAFSAM/OEA in support of the Radiation Dosimetry Laboratory.� Consultative services include: Annual review of up to three dosimeter models; unlimited telephone support; Quarterly review of QA test results; and Data Investigations. 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 3 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 Shane A. Love at shane.love@us.af.mil by 16 March 2023 @ 6:00 PM EST.� Any questions should be directed to Shane Love through email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08674809d11d4518a7434fdaa8396c21/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN06615756-F 20230315/230313230105 (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 |