SPECIAL NOTICE
70 -- CSTARS Cincinnati Interact Solution
- Notice Date
- 8/26/2025 5:28:39 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Response Due
- 9/1/2025 8:59:00 AM
- Archive Date
- 09/16/2025
- Point of Contact
- Benjamin Spencer
- E-Mail Address
-
benjamin.spencer.8@us.af.mil
(benjamin.spencer.8@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, Interact Solution, on or about 30 September 2025. The estimated period of performance (PoP) shall be a base year of 30 September 2025 � 29 September 2026, followed by 4 option years of support. PSC: 7A20 NAICS: 513210 Size Standard: $47M Software name: Interact Solution Supplier name: Interact Solution Product description: The USAF CSTARS Program requires a fully integrated audio/video simulation system for combat medical training at the University of Cincinnati Health Ridgeway Simulation Lab. The system includes twelve (12) PTZ network cameras for multi-angle recording, ceiling-mounted beamforming microphones, dual operator control stations with displays and recording equipment, Dell PowerEdge server with Interact Solution proprietary software, 32TB storage, and complete network integration infrastructure. 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: 1. 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. 2. In your response, you must address how your product meets the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Benjamin J. Spencer at benjamin.spencer.8@us.af.mil no later than 01 September 2025 at 11:59 AM EDT. Any questions should be directed to Benjamin J. Spencer through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d90e88ab1f8c484b81e15da302562742/view)
- Place of Performance
- Address: Cincinnati, OH 45229, USA
- Zip Code: 45229
- Country: USA
- Zip Code: 45229
- Record
- SN07566329-F 20250828/250826230043 (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 |