Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2024 SAM #8353
SPECIAL NOTICE

99 -- DET 23 Brelyon Monitors

Notice Date
10/8/2024 6:35:21 AM
 
Notice Type
Special Notice
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
 
ZIP Code
78150-4300
 
Solicitation Number
FA3002338PKAD-4
 
Archive Date
10/18/2024
 
Point of Contact
Kevin Harris
 
E-Mail Address
kevin.harris.58@us.af.mil
(kevin.harris.58@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE OF THE GOVERNMENT�S INTENT TO ISSUE A SOLE SOURCE CONTRACT-- THIS IS NOT A REQUEST FOR QUOTE Project Title: DET 23 Brelyon Monitors The Air Force Installation Contracting Center (AFICC) � 338th Enterprise Sourcing Squadron (ESS), JBSA-Randolph, Texas 78150, intends to award a firm-fixed price contract on a sole source basis to Brelyon Inc. (Cage Code: 8GUK2), as implemented by FAR 13.106-1(b)(1). North American Industry Classification System Code (NAICS) 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) with a size standard of 1,000 employees is determined to be the most appropriate for this acquisition. This will be a one-time buy. The anticipated sole source award to Brelyon Inc. (Cage Code: 8GUK2) will provide two Brelyon Ultra Reality displays for testing and research. The Ultra Reality is a 3D display intended for immersive simulators and virtual training tools. There are documented issues with some Tech Training student experiencing VR sickness when using VR headsets. These monitors allow students to see 3D training content via a stationary monitor that doesn't block a student's peripheral vision which may reduce VR sickness. We are going to test the displays in conjunction with 362 TRS and 372 TRS to determine if these displays adequately reduce rates of VR sickness. This notice of intent is NOT a request for competitive proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and shall also include the following: a. Description that the interested party can provide the required supplies IAW the attached draft Statement of Work (SOW). Please provided any technical specifications. b. Business size of interested party: Business type (i.e. Large Business, Small Business, Small Disadvantaged Business (SDB), 8(a) certified Small Business, HUBZone, Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon North American Industry Classification System (NAICS) code 334118 with a size standard of 1,000 employees. To be considered by the Government, interested parties must deliver their intent and capabilities to satisfy the Government�s requirement via email to the Point of Contacts identified below no later than 12:00 PM, Central Daylight Time (CDT) on 18 October 2024. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Responses to this notice and/or questions shall be submitted to Kevin Harris, Contracting Officer at kevin.harris.58@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79c556c238a7401886f9a866d37e1a91/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN07235637-F 20241010/241008230107 (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.