SPECIAL NOTICE
70 -- Intent to Award Sole Source -Command PE Licenses
- Notice Date
- 9/9/2024 10:45:38 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 9/14/2024 11:00:00 AM
- Archive Date
- 09/29/2024
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Matrix Pro Sims, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 30 September 2024.� This action has a period of performance of 1 October 2024- 30 September 2025. FSC: 7B20 NAICS: 541519 Size Standard: �$34 MIL Subscription name: Command PE Licenses Supplier name: Matrix Pro Sims Product description: Air Force Research Labs Aerospace Vehicles Division (AFRL/RQV) has a requirement for Command PE M&S Software.� The requested software is required to perform multidisciplinary operations analysis to guide measures of performance for design and analysis. Product characteristics an equal item must meet to be considered: Interactive and statistical analysis of hardware, systems, and CONOPS Mission scenarios that can be easily constructed and tested within minutes Flight and ground movement profiles that can be easily edited Supports Tactical, Operational, Logistics and Sustainment planning Large database of air/ground/sea models Physics-based aircraft, weapons kinematics, and sensors effectiveness modeling Blue/Red/White/Green assets for wargaming and targets that can take incremental/specific damage (not all or nothing) Behavioral models include options for Mission, Doctrine, ROEs, and Triggers to support a connected chain of events Easily integrated with AMC (and USMC, Navy, and DSTL) simulation models, missions, and wargames 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 5 days of issuance of this notice. �Information received will normally be considered solely for the purpose of determining whether 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 an administrative decision by the Government that is solely within its discretion.� ��� 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 and/or UEI 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. Any information submitted by respondents to this sources sought synopsis is strictly voluntary.� The Government will not reimburse the respondents for any costs associated with their response.� This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach.� The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided.� Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses should be emailed to Anne Mitchell at anne.mitchell.1@us.af.mil and Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil no later than 14 September 2024 at 2:00 PM EST.� Any questions should be directed to Anne Mitchell through email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a65085567b4b40a2a239199dd02e30da/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07203147-F 20240911/240909230112 (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 |