Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SPECIAL NOTICE

70 -- Document Control Automated Imaging System (DCAIS) Software Upgrade - Special_Notice - AIS Software Upgrade

Notice Date
8/17/2018
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, National Guard Bureau, 152 MSG/MSC, NV ANG, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494, United States
 
ZIP Code
89502-4494
 
Solicitation Number
W9124X-18-Q-5017
 
Archive Date
9/11/2018
 
Point of Contact
Alex T. Norris, Phone: 7757884663, Jason C. Huth, Phone: 7757884662
 
E-Mail Address
alex.t.norris.mil@mail.mil, jason.c.huth.civ@mail.mil
(alex.t.norris.mil@mail.mil, jason.c.huth.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLAUSES INCORPORATED BY REFERENCE Absence of Competition - AIS Software Upgrade W9124X-18-Q-5017-Special_Notice - AIS Software Upgrade Solicitation Number: W9124X-18-Q-5017 Notice Type: Special Notice The 152nd Airlift Wing intends to issue a sole-source contract to Norcom Inc. for software upgrade from version 10.7 to Version 12.06, IAW Department of Air Force Certification Memorandum dated 19 September 2016 by the Alternate Air Force Security Control Assessor and AFI 33-210 on desktop systems connected to AF Network and AF SIPRNet that are placed on the AF Evaluated Products List (AF EPL). The software application is developed and controlled by Norcom Inc., The new software version will enable the Standard Base Supply System (SBSS) to scan, track, and maintain electronic documents IAW AFMAN 23-110 and AFI 23-101 for the 152nd Logistics Readiness Squadron (LRS) at 1776 National Guard Way, Reno, NV 89502. See breakdown of item requirements below. Norcom Inc. is the only software system available today that was developed exclusively to support the LRS Document Control functions. The statutory authority which permits other than full and open competition for this acquisition is 10 United States Code (USC) 2304(g)(1)(A), as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b)(1); where soliciting a single source is identified to provide the requirement and has been determined that the circumstance deems only one source reasonably available (i.e., brand name) (see attached Absence of Competition).The anticipated contract will be a Firm-Fixed Price (FFP). All qualified sources must respond not later than 3:00 PM, PST 27 August 2018. This special notice is effective through Federal Acquisition Circular 2005-99 effective 16 Jul 2018 and Defense FAR Supplement Publication Notice 20180629 effective 29 Jun 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is announced under Other Than Full and Open Competition under NAICS 511210, Software Publishers, FSC: 7030. CLIN 0001: Document Control Automated Imaging System (DCAIS) Software Upgrade Extended Description: Document Control AIS Single Scan Workstation Configuration Software Version 10.7 to 12.06 Upgrade. Part Number: AISDC-SW-UPG-107-1206 Quantity Unit of Issue Unit Price Extended Price 1 Each ___________ ___________ CLIN 0002: Document Control Automated Imaging System (DCAIS) Maintenance Package Extended Description: Document Control AIS Single Scan Workstation Configuration Software Maintenance, Upgrade, and Technical Support (1 Year). Hours of support are 7:00 AM to 4:00 PM PST. Part Number: AISDC- SUP-D-SS Quantity Unit of Issue Unit Price Extended Price 1 Each ___________ ___________ A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. Responses should be e-mailed with: Attention 152 MSG Contracting Office to usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. No telephone or fax inquiries will be accepted. Please note that this is not a request for competitive offers. However, all interested parties who believe they can meet the requirements and are registered in the System of Award Management (SAM) are invited to submit in writing complete information describing their ability. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the government not to open the requirement to competition, based on responses to this notice, is solely within the discretion of the government. If the contracting office has not received any affirmative written responses by 3:00 PM, PST on 27 August 2018, intent is to award a Sole Source purchase order to Norcom Inc. This synopsis is for information and planning purposes only. It does not constitute an invitation for bid, a request for proposal, or a request for quote and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis. The POC for this special notice is: Mr. Jason C. Huth and TSgt Alex Norris (775) 788-4662 or (775)788-4663 jason.c.huth.mil@mail.mil or alex.t.norris.mil@mail.mil List of Attachments: - Attachment 1: Redacted Absence of Competition - Attachment 2: Incorporated Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124X-18-Q-5017/listing.html)
 
Place of Performance
Address: 152 LRS, 1776 National Guard Way, Reno, Nevada, 89502, United States
Zip Code: 89502
 
Record
SN05042671-W 20180819/180817230746-4fa75cc4ef8de1b2c275a7992ee8f6b7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.