Federal Bid

Last Updated on 02 Aug 2021 at 2 PM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Intent to Award Sole Source - Trilion Aramis

Solicitation ID FA239621F
Posted Date 02 Aug 2021 at 2 PM
Archive Date 16 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8650 Usaf Afmc Afrl Pzl Rak Rxk
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Trilion, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 16 August 2021.  This action provides perpetual access to IET eBooks and therefore does not have a period of performance.

 

FSC: 7B20

 

NAICS: 541519

Size Standard: 100 employees

 

Subscription name:   Aramis

Supplier name: Trilion

 

Product description: This requirement is for the acqusition of software maintenance, support and upgrade system hardware that supports the operation of the Aramis Digital Image Correlation (ADIC) system and is compabtible with exisiting hardware.

 

Product characteristics an equal item must meet to be considered:

It has been determined that Trilion is the single source provider of Aramis Digital Image Correlation (ADIC) system and there are no authorized resellers. 

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:

  1. Contractors must include the following information:
     
    1. Points of contact, addresses, email addresses, phone numbers.
       
    2. 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.
       
    3. 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.
       
    4. 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 Curtis Liska [email protected] and Jeremy Fraser at [email protected] no later than 16August21, 08:00 AM EST.  Any questions should be directed to Curtis Liska through email. 

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Jul 2012 at 5 PM
Redstone arsenal Alabama 20 Sep 2017 at 10 PM
Location Unknown 20 Jul 2011 at 2 PM