Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SPECIAL NOTICE

70 -- Notice of Intent to Award Sole Source - MTS Software

Notice Date
5/14/2020 7:11:11 AM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA8650-20-P-4088
 
Response Due
5/28/2020 11:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Tracy Sober
 
E-Mail Address
tracy.sober@us.af.mil
(tracy.sober@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 Purchase order to a single source, MTS Systems Corporation, under the authority of FAR 6.302-1 and FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 1 JUN 2020.� The period of performance (PoP) shall be from 18 September 2020 � 17 September 2021.� �� FSC: 7030 NAICS: 511210 Size Standard: $41.5M Description: MTS Software Support � Supplier name: MTS Systems Corporation Product description: This acquisition is to purchase the MTS Maintenance, Enhancement & Support to maintain the current MTS software licenses for the Air Force Research Laboratory. This is a yearly subscription renewal from 18 September 2020 � 17 September 2021. Product characteristics an equal item must meet to be considered: The Government performs component and coupon testing using MTS Systems test frames.� The MTS TestSuite software is used for control and data acquition of the load frames.� The MTS software products can only be purchased exclusively from MTS Systems Corporation. MTS retains all rights in its technologies, concepts and improvements to its products and software support is not available through other providers. 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 14 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: 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.� In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Tracy Sober at tracy.sober@us.af.mil and Jennifer Arnett at jennifer.arnett.1@us.af.mil no later than 28 May 2020, 2:00 PM EST.� Any questions should be directed to Tracy Sober through mail.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91a1bafba415440d82321c0fd31588fc/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05657324-F 20200516/200514230152 (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 |
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.