Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SPECIAL NOTICE

70 -- IASS MTS Software

Notice Date
10/31/2023 7:04:20 AM
 
Notice Type
Special Notice
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Response Due
11/7/2023 9:00:00 AM
 
Archive Date
11/22/2023
 
Point of Contact
JaQuan Dangerfield
 
E-Mail Address
jaquan.dangerfield@us.af.mil
(jaquan.dangerfield@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 13.106-1(b)(1)(i) (only one source reasonably available) The period of performance (PoP) shall be from award � 17 September 2024.� �� FSC: 7A21 NAICS: 541519 Size Standard: $30M Software name: MTS Test Suite Software Supplier name: MTS Systems Corporation Product description: Software licenses for Test Suite MPE, Test Suite MPE offline licensed, Test Suite TWE Elite � EM, 793 with MPT Controller software FTXX products. �� Product characteristics an equal item must meet to be considered: - Performs component and coupon testing using 13 servo-hydraulic test frames and 3 electro-mechanical test frames, all manufactured by MTS Systems. - The MTS TestSuite software is used for control and data acquisition of the load frames.� - The MTS Maintenance, Enhancement & Support Agreement provides patches, upgrades and technical support and is only available through MTS. � 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 business 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 Ja�Quan Dangerfield at jaquan.dangerfield@us.af.mil no later than 7 November 2023, 12:00 PM EST.� Any questions should be directed to Ja�Quan Dangerfield through email.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67f0de52bdb845248e49373e625fe0e5/view)
 
Record
SN06871854-F 20231102/231031230047 (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.