Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SPECIAL NOTICE

99 -- Peterson SFB Transformers and Switchgears

Notice Date
4/4/2024 7:20:27 AM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
FA2517 21 CONS BLDG 350 PETERSON SFB CO 80914-1117 USA
 
ZIP Code
80914-1117
 
Response Due
4/5/2024 11:00:00 AM
 
Archive Date
04/20/2024
 
Point of Contact
Kyle Richmond, Phone: 7195566281, Brittney Rosenbaum, Phone: 9706888081
 
E-Mail Address
Kyle.richmond@spaceforce.mil, brittney.rosenbaum@spaceforce.mil
(Kyle.richmond@spaceforce.mil, brittney.rosenbaum@spaceforce.mil)
 
Description
SAM.GOV NOTICE OF INTENT FOR SOLE SOURCE: The 21 CONS/PKA, Operational Contracting Squadron, Peterson Space Force Base (SFB), Colorado received a Sole Source justification for the purchase of Splunk logging tool software license. This procurement is for the acquisition of a sole source commercial item using simplified procedures in accordance with FAR Parts 12 and 13. The salient characteristics of this software is classified. Department of the Air Force Manual 17-1203 paragraph 3.6.3 outlines the acquisition process for all Department of the Air Force software and lists the mandatory sources in order of precedence. This software was found available on the Department of Defense Enterprise Software Initiative (DoD ESI) program after searching the first two mandatory sources. Given that this software is on the DoD ESI mandatory source and procedures in DFARS PGI 208.7403 have been followed, the government will procure this software as a sole source via the DoD ESI program. The North American Industrial Classification System (NAICS) number is 518210, Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services, and the business size standard is $40,000,000.00. a. Only one responsible source and no other item will satisfy the Air Force requirement. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing, they can provide software that can provide the same capabilities may provide evidence for consideration. All specific information is included on the attached J&A. Evidence must support the offeror's claim they are compatible and of similar or better quality than Splunk. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 12:00 P.M. Mountain Time on 5 April 2024. The Government does not intend to pay for any information provided under this Notice of Intent. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. Questions should be addressed to the Contract Specialist, TSgt Kyle Richmond at kyle.richmond@spaceforce.mil or the Contracting Officer, Ms. Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19341470692940b1b59a3fd6c0dc4163/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN07019766-F 20240406/240404230051 (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.