Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2023 SAM #8016
SOURCES SOUGHT

15 -- Upgrade a Raptor Scientific KSR 2200 Mass Properties System

Notice Date
11/6/2023 11:47:07 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
FA8205 AFLCMC WAUKH HILL AFB UT 84056-5116 USA
 
ZIP Code
84056-5116
 
Solicitation Number
FA8205-24-R-0001
 
Response Due
11/22/2023 4:00:00 PM
 
Archive Date
12/07/2023
 
Point of Contact
Chris Jarman, Phone: 8015869291
 
E-Mail Address
christopher.jarman@usaf.mil
(christopher.jarman@usaf.mil)
 
Description
SOURCES SOUGHT SYNOPSIS:?� Solicitation Number: FA8205-24-R-0001???� Notice Type: Sources Sought?Synopsis:?� This is a Sources Sought Synopsis notice only. This is not a solicitation. The U.S. Government currently intends to award a contract for upgrading an existing KSR 2200 Mass Properties System, unique to Mass-Moment-of-Inertia actions for the F-22 Raptor, from Raptor Scientific on a sole source basis, but is seeking vendors what may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories, must describe their identifying capabilities in meeting the requirements at a fair market price.�� The proposed sole source Firm Fixed Price (FFP) contract is to procure a solution including a desktop, monitor, printer, and operating software, incorporating a minimum operating system of Windows 10 Pro. The solution shall include full operational support and one year of technical maintenance. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization.�� This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB, or RFP in the future. This notice does not commit the U.S. Government to contract for any supplies or services. Further, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information to this requirement.� The proposed North American Industry Classification Systems (NAICS) Code is 541380 which has a corresponding Size standard $19,000,000.� The Government will use this information to determine the best acquisition strategy for this procurement.? The Government is interested in all small businesses.? The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.? Additionally, please provide any description of similar services offered to the Government.� Interested organizations who feel they possess the necessary capabilities should respond by providing the Government the following information: a point of contact, address, telephone, email address, duns number, cage code, and/or tax ID number, as well as size category, (large, small, small disadvantaged, etc.), a brief summary of the company�s capabilities.?� Responses greater than five (5) double-sided pages (including attachments) will not be considered.? Late responses will not be accepted.? This is strictly for sources sought and the Government will not entertain any questions at this time.?� Response is strictly voluntary � it is not mandatory to submit a response to this notice to participate in any formal RFQ process that may take place in the future.? However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy.? All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.?� Responses to this Notice are due, by close of business, on or before 22 November 2023.? All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.??� All correspondences should be sent to the following: Chris Jarman, via email at christopher.jarman@us.af.mil, or call at (801) 586-9291.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cef775b5da9b4f14be968607a662202f/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06877467-F 20231108/231106230133 (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.