SOURCES SOUGHT
70 -- STK Software Licenses
- Notice Date
- 4/28/2015
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B096
- Archive Date
- 5/22/2015
- Point of Contact
- Tiffany Shanta' Thornton, Phone: 3214946292, Matthew Hagan, Phone: 3214944393
- E-Mail Address
-
tiffany.thornton.1@us.af.mil, matthew.hagan.1@us.af.mil
(tiffany.thornton.1@us.af.mil, matthew.hagan.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B096 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 511210. The size standard for NAICS is $25 Million. The requirement is to acquire Systems Took Kit (STK) software licenses from Analytical Graphics, Inc. to be used to visualize satellite constellations supporting the AFTAC Nuclear Treaty Monitoring mission. 0001 PRO-NT STK Pro-Network Token Licensce (Subscription), 1 EA 0002 STKINT-NT STK Integration- Network Token License (Subscription), 1 EA Both valid for 1 year The STK software was originally purchased in 2007 to support TH's mission system. The STK software provides an independent orbit determination/orbital analysis capability to properly and accurately perform mission analysis and reporting. It provides general purpose modeling and analysis for any type of space or defense system. The STK software is AFSPC- accredited software (approved for operational use) for orbit determination and it supports interoperability with other space community agencies, as they also utilize and sponsor STK. The STK software allows for the proper visualization and analysis of multiple phenomenologies and domains (space, ground, air, and sea assets) allowing a single interface to all the data. The software also supports accurate physics-based views of the data sources and simulations providing a common operating environment. This procurement is considered a follow-on procurement for highly specialized software from the Original Equipment Manufacturer (OEM). The award to any other source would result in substantial duplication of cost to the Government that would not be recovered through competition and would create an unacceptable delay in filling the mission requirement. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: tiffany.thornton.1@us.af.mil or 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B097,1201 Edward H. White II Street, Bldg. 423, Room 203, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 7 MAY 2015 @ 3:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B096/listing.html)
- Place of Performance
- Address: Patrick AFB, Cocoa Beach, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03712941-W 20150430/150428235106-82afcd2310a9ac0f73b8ec6df55d5c98 (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 |