Maryland Bids > Bid Detail

Intent to Sole Source - Defense/Aerospace Competitive Intelligence Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 76 - Books, Maps, and Other Publications
Opps ID: NBD00159059344275417
Posted Date: Mar 15, 2023
Due Date: Mar 21, 2023
Solicitation No: FA701423A027818
Source: https://sam.gov/opp/870e87394f...
Follow
Intent to Sole Source - Defense/Aerospace Competitive Intelligence Service
Active
Contract Opportunity
Notice ID
FA701423A027818
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA7014 AFDW PK
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2023 04:30 pm EDT
  • Original Response Date: Mar 21, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 7610 - BOOKS AND PAMPHLETS
  • NAICS Code:
    • 519290 - Web Search Portals and All Other Information Services
  • Place of Performance:
    Andrews AFB , MD 20762
    USA
Description

The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase Order to a single source, InfoBase Publishers, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) NLT 21 March 2023. The complete duration of the Period of Performance (PoP) shall be 12 Months plus four years from Date of Award.



NAICS: 519290 - Web Search Portals and All Other Information Services



Software name: Defense/Aerospace Competitive Intelligence Service



Supplier name: InfoBase Publishers, Inc.



Product description:



CLIN 0001: Defense/Aerospace Competitive Intelligence Service (DACIS) Professional Subscription Service Access Licenses; Includes modules DM&A, Budget, and FPDS Pro



Period of Performance: Period of Performance (PoP) shall be 12 Months plus four years from Date of Award



The Air Force District of Washington (ADFW) intends to issue a Firm Fixed-Price contract to InfoPublishers for Defense/Aerospace Competitive Intelligence Service subscription access to support the Air Force Cost Analysis Agency (AFCAA). Please review the attached Single Source Justification & Approval document.



This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement which shall be considered by the Government. The Government will consider responses received by the due date stated in 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 would like 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.



Responses shall 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 identified 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.



Organization CAGE Code or UEI Number.



Responses must address how alternative product meets the product characteristics specified above.



Submitted information shall be UNCLASSIFIED.



Responses are limited to 4 pages in a PDF compatible format.



Responses should be emailed to Amanda Fay Henderson at amanda.henderson.2@us.af.mil and Jin Kim at jin.kim.10@us.af.mil no later than 21 MAR 2023 by 1500 EST. Any questions should be directed to Amanda Fay Henderson, Cc Jin Kim via email.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 2997 1500 W PERIMETER RD STE 5750
  • ANDREWS AFB , MD 20762-6604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2023 04:30 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >