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, Trilion Quality Support (TQS), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 November 2023. The period of performance (PoP) shall be one year from date of award.
FSC: 7A21
NAICS: 513210
Size Standard: 47.0 MIL
Subscription name: TQS
Supplier name: TQS
Product description: Air Force Research Laboratory Aerospace Systems Directorate Aerospace Vehicles Division Structural Validation Branch (AFRL/RQVV) has a requirement to purchase software maintenance, support and upgrade system hardware that supports the operation of the Aramis Digital Image Correlation (ADIC) system that is compatible with AFRL/RQVV owned software and hardware. RQVV is responsible for providing mission critical support for structural materials properties and operates as a central structural research validation unit within AFRL/RQ. This action will be a new, firm-fixed priced order utilizing FY23 3600 funds for date of award through 31 August 2024.
Product characteristics an equal item must meet to be considered:
Aramis Trillion Silver Support Package Renewal
Line item Product License
1 GOM Correlate Professional n/a
2 ARAMIS 2M n/a
3 ARAMIS 5M 2-2397708
4 ARAMIS 6M 3-3622003
5 ARAMIS 12M 3-4768231 3-4768232 3-4768233 3-4768234 3-4768235
6 ARAMIS SRX 3-4768241
7 ARAMIS SRX 8GB n/a
8 ARAMIS HS n/a
The license will be awarded with a period of award through 31 August 2024.
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:
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 UEI 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 Melissa Sanders at [email protected] and Joshua Akers at [email protected] no later than 29 October 2023, 12:00 PM EST. Any questions should be directed to Melissa Sanders through email.
********************PLEASE SEE ATTACHED REDACTED J&A AND BOM*******************