Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2024 SAM #8143
SPECIAL NOTICE

70 -- Intent to Award Sole Source - QuestionMark

Notice Date
3/12/2024 5:42:31 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
AIR FORCE RESEARCH LABORATORY
 
ZIP Code
00000
 
Response Due
3/18/2024 10:00:00 AM
 
Archive Date
04/02/2024
 
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 order to a single source QuestionMark, on or about 1 June 2024. The period of performance (PoP) shall be 4 June 2024 � 3 June 2029 (Base Year and 4 Option Years) PSC: 7A21 NAICS: 541519 Size Standard: $47M Software name: QuestionMark Supplier name: QuestionMark Product description: This is a Firm Fixed Price individual justification for the purchase of QuestionMark software. Human Performance Wing /United States Air Force School of Aerospace Medicine (711 HPW/USAFSAM) has a requirement for a renewal license for Questionmark's on Demand for Government Service. 518210C, Questionmark onDemand License 1,500 each. 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 6 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 J. Wenclewicz at stephen.wenclewicz.1@us.af.mil no later than, �18 March 2024 1300 PM EST.� Any questions should be directed to Stephen J. Wenclewicz through email.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc4bda53f60a43c5a70c2aa1082a5c94/view)
 
Place of Performance
Address: Dayton, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06993495-F 20240314/240312230047 (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.