Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

70 -- SOFware Forge Software

Notice Date
8/23/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA441717Q0102
 
Archive Date
9/30/2017
 
Point of Contact
William L. Johnson, Phone: 8508842082
 
E-Mail Address
william.johnson.22@us.af.mil
(william.johnson.22@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA441717P0123
 
Award Date
8/31/2017
 
Description
Single Source Justification (Simplified Acquisition) Section A: General Contract Information Contracting Activity: 1 SOCONS Purchase Request/ Identification Number: F2FT357164AW01 Project/Program Name: SOFware LLC. REAPER Evaluation System Estimated Contract Cost Section B: Description of the Supplies/Services Required The STTS requires a software that allows the government to capture assessment/selection data throughout training cycle. This allows the government to make informed decisions about who we're hiring based on how well their traits/characteristics align with the ST attributes. Additionally, we believe we could use the software to capture performance ratings in the pipeline which allows us to correlated predictor variables (i.e., selection attributes) with outcome variables (i.e., operator performance). Section C: Justification for Soliciting from a Single Source STTS this software was purchased last year without annual maintenance/support and to keep the system up to date will need to purchase the annual maintenance agreement. This is a propratrary software owned by SOFware LLC. It is currently utilized throughout Tier 1 organizations, across multiple services. Use of existing product will provide necessary interoperability and allow government to leverage employment lessons learned / efficiencies. Use of existing product will enable government to integrate historical data and selection criteria that have been built into legacy Tier 1 systems over many years of employment. Utilizing this vendor will leverage existing proven capabilities validated by ST community and other Joint Service tier 1 organizations. To use another assessment software would require it to be validated before it could be used. Section D: Efforts to Obtain Competition A Sources Sought notification was posted to FedBizOps from 4 Aug 17 to 16 Aug 17 with no interested vendors. Award notification will be posted prior to release of contract in an effort to give potential interest vendors one more opportunity to bid on this requirement. Section E: Steps to Preclude Future Single Source Awards Through every available means, STTS will continue to monitor market information and technical publications to determine whether any other source can meet our needs. Due to this being renewal for licensing renewal and support, future awards will not be able to preclude this sole source restriction unless it is decided to purchase and implement a new software product. Section F: Contracting Officer's Determination I have determined, in accordance with FAR 13.106-1(b)(1)(SAP), that the circumstances of this contract action deem only one source is reasonably available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA441717Q0102/listing.html)
 
Place of Performance
Address: 24 SOW, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN04643074-W 20170825/170823233233-75e1ec2b7ec9a187e45eee42f8d4d71a (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 |
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.