SPECIAL NOTICE
70 -- SAS Software Maintenance
- Notice Date
- 1/7/2014
- Notice Type
- Special Notice
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- LGCAD-5-334
- Archive Date
- 1/25/2014
- Point of Contact
- Lori Witzlsteiner, Phone: 2106712654, Ann Coleman, Phone: (210)671-1728
- E-Mail Address
-
lori.witzlsteiner@us.af.mil, dorothy.coleman@us.af.mil
(lori.witzlsteiner@us.af.mil, dorothy.coleman@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 502d Lackland Contracting Squadron intends to issue under FAR Part 12 a sole source purchase order to Executive Information Systems, LLC to provide SAS Annual Maintenance Software that is used on a daily basis to conduct trend analysis, forecasting to determine contaminants of concern and frequency of sampling events across the Air Force. This software will be used by AFCEE in Building 171. Below is a list of the parts needed: •· CLIN 0001 PART # SAS-BASESAS-5PCM, Qty=1; Base SAS-5 users PC •· CLIN 0002 PART # SAS-ADDON-5PCM,Qty=5; Other SAS Add-ons- 5 users-PC •· CLIN 0003 PART # SAS-ANLADD-5PCM, Qty=2; SAS Analytic Add-ons 5 users PC •· CLIN 0004 PART # SAS-ADDON-5PCM, Qty=1; SAS/Access interface to ODBC •· CLIN 0005 PART # SAS-ADDON-5PCM, Qty=1;SAS/Access Interface to PCFF •· CLIN 0006 PART # SAS-ANLADD-5PCM, Qty=1SAS/QC for 5 users-PC •· CLIN 0007 PART # **REINSTATEMENT FEE** The purchase will provide the ability to support multiple functions for management, troubleshooting and computer systems. The proposed contract action is for supplies for which the government intends to award to one source under authority of FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Interested persons may identify their interest and capability to respond to this requirement. Responsible sources may submit a written narrative statement of capability, including detailed technical information and other literature demonstrating the ability to meet all of the above requirements. To be considered an affirmative response, offerors must provide sufficient information to permit agency analysis to establish a bona fide capability to meet the requirements. Responses without documentation will be considered non-responsive. No telephonic or faxed responses will be accepted. All responses received within 3 calendar days of this notice of intent will be considered. This Notice of Intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/LGCAD-5-334/listing.html)
- Record
- SN03262460-W 20140109/140107235252-9d78d4830f3762c5ec599c172d1b8801 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |