SPECIAL NOTICE
70 -- Multi-MIDS Software
- Notice Date
- 4/20/2018
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-18-P-F017
- Archive Date
- 5/10/2018
- Point of Contact
- Guillermo Martinez, Phone: 6612770247, Matthew D. Chartier, Phone: 6612754970
- E-Mail Address
-
guillermo.martinez.3@us.af.mil, matthew.chartier.2@us.af.mil
(guillermo.martinez.3@us.af.mil, matthew.chartier.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Contract Action (NOCA)for TACTICAL COMMUNICATIONS GROUP, LLC., MULTI MIDS SOFTWARE LICENSE Justification for Other Than Full and Open Competition: The Air Force Test Center (AFTC), Edwards Air Force Base, CA, intends to award a sole-source contract to Tactical Communications Group (TLC), LLC., to provide required supplies. The anticipated contract will be a Firm-Fixed Price (FFP) commercial purchase order. The required items are as follows: 1. Multi MIDS Software (BOSS-Host) (software only) with documentation and manuals, Model TCG-MMH: 4 each The statutory authority which permits other than full and open competition for this acquisition is the Federal Acquisition Regulation (FAR) 13.501(a)(2)(i). The applicable North American Industry Classification System (NAICS) Code is 511210 and the size standard, as defined by the U.S. Small Business Administration, is $38.5M. This is a highly specialized software to be utilized to support the 412 TW tactical data link (TDL) requirements. Tactical Communications Group, LLC, at 2 Highway Drive, Bldg. 2, Suite 200, Tewksbury, MA 018763, will satisfy agency requirements. Contract award will be on or about 01 May 2018. This notice does not constitute a Request for Proposal (RFP) or an Invitation for Bid, nor does it restrict the Government in any way to an ultimate acquisition approach; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. No cost will be incurred by the Government for submittals in response to this notice. The Government is requesting that interested concerns feeling they can fully support this requirement furnish the following information: (a) Company name, address, point of contact, telephone number, and e-mail address. (b) All information furnished shall be in writing and must contain sufficient detail to allow the Government technical representative to evaluate and determine if it can meet the requirement. NOTE: This is not an RFP and is not to be considered as a commitment by the Government. There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include verification of the Offeror's Representation and Certifications-Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warrantly Provisisions, Delivery Information, etc.) in accordance with FAR Part 12. If the office has not received any affirmative written responses by 25 Apr 2018, 4:00 P.M. PST, a sole-source FFP Contract will be accomplished with Tactical Communications Group, LLC. If the office receives affirmative emailed written responses by the due of 25 Apr 2018, 4:00 P.M. PST, the information received will normally be considered exclusively for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this acquisition, based upon responses to this notice, is solely within the discretion of the Government. If the agency determines to conduct a competitive procurement, a synopsis/solicitation will be posted at FedBizOpps.gov. AFTC has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer identified below. For any other concerns, interested parties may call the AFTC Ombudsman: AFTC Vice Commander, located at 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, Phone Number (661) 277-2810, or by Fax at (661) 277-7593. For further information, contact the Contracting Officer, Mr. Matthew Chartier, via email at matthew.chartier.2@us.af.mil, or by phone at (661) 275-4970, or the Contract Specialist, Mr. Guillermo Martinez, via email at guillermo.martinez.3@us.af.mil, or by phone at (661) 277-0247. This notice is for information and planning purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-P-F017/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave., Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04896355-W 20180422/180420230635-23afa24f7431dd92de2f24f187e4f7af (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 |