Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2021 SAM #7057
SPECIAL NOTICE

70 -- Notice of Intent to Award Sole Source

Notice Date
3/24/2021 9:31:20 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
FA8650-21-P-4348
 
Response Due
4/1/2021 9:00:00 AM
 
Archive Date
04/16/2021
 
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, Executive Information Systems Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 20 April 2021.� The period of performance (PoP) shall be for one year.� �� FSC: 7A21 NAICS: 511210 Size Standard: $41.5M Software name: SAS Software Licenses Supplier name: Executive Information Systems, LLC Product description: �Statistical Analysis System (SAS) software, maintenance and licenses are required to conduct surveillance, public health research and analysis. Data management applications are required to work with large data sets shared with base level PH. The software can mine, alter, manage and retrieve data from a variety of sources and perform statistical analysis on it. Under the proposed effort, USAFSAM/PHR will be able to continue providing the operational requirements of Epidemiology and Statistics software applications for USAFSAM. Product characteristics an equal item must meet to be considered: - This effort is for the continuing license and maintenance of existing SAS software maintenance and support.� In addition to the capabilities below, any �equal� item must be able to: - Use different file format types/practical interfaces. Analyze data stored in a number of file formats, e.g., *.txt, *.dat, *.csv, *.xls, *.xlsx, *.dbf, etc., which gives the user great flexibility in how to approach their analysis. - Must be capable of processing extremely large medical datasets with relative ease. -- Cut/splice/merge extremely large datasets and recoding variables. -- Merge data from different output files. -- Quick merge and PROC SQL run times. - Run statistical analysis (e.g., T-Test, all models of ANOVA, regression analysis, QQ-Plots [quantile/probability plots], Pearson/Spearman/Kendall Correlations, Boxplots, Histograms, and Cumulative Distribution Function plots, etc.). -- Perform Linear programing analyses to find maxima and minima for a system based on stated system constraints. Additionally nonlinear fitting, optimization, extended time series capabilities, robust methods, and multivariate methods. -- Analysis tools are packaged together during install. - Provide customer support/help. ������� -- Manuals available online. ������� -- Software and algorithms thoroughly tested.� - Work in a stable development environment to meet medical/clinical/health surveillance requirements for the USAFSAM Epidemiology Consult Service Division. -- SAS software is used for other DoD Service Branch Public Health organizations as the standard for their health surveillance process. Standardization is a requirement to accomplish the mission requirements of Military Health System/Defense Health Agency environment. -- Be able to read old scripting languages and procedures. Provides continuity to analyze and survey medical/public health surveillance data over decades. 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 5 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: a.��Points of contact, addresses, email addresses, phone numbers. b.��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. c.��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. d.��Company CAGE Code or DUNS Number.�� � � � � �2.� In your response, you must address how your product meets the product characteristics specified above. � � � �3.� Submitted information shall be UNCLASSIFIED. � � � �4.��Responses are limited to 10 pages in a Microsoft Word compatible format. � � Responses should be emailed to James Batchelor at james.batchelor.2@us.af.mil and Stephen Wenclewicz at stephen.wenclewicz.1@us.af.mil no later than 1 April, 12:00 PM EST.� Any questions should be directed to James Batchelor through email.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b5b279c12cd442da28a90079ff6af6d/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05951830-F 20210326/210324230113 (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.