Inactive
Notice ID:F4FBQH1243A003
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Immix Technology, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one sourc...
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Immix Technology, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 9 September 2021. The period of performance (PoP) shall be from 10 September 2021 – 9 September 2022. FSC: 7A21 NAICS: 541519 Size Standard: 150 Employees Software name: SIMULIA Abaqus Software License. Supplier name: Immix Technology, Inc. Product description: Software licenses for SIMULIA Abaqus/CAE Extended-Shareable Perpetual and Maintenance licenses and SIMULIA Abaqus Extended Tokens Perpetual Licenses. These licenses for a software suite that provides tools to analyze the thermal and mechanical loads associated with high-speed flight. Product characteristics an equal item must meet to be considered: - Used to model the thermal, material, and mechanical responses of structures, a critical component of designing vehicles for high-speed flight. 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 3 business 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: Contractors must include 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 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 Robin Marks at robin.marks@us.af.mil no later than 8 September 2021, 12:00 PM EST. Any questions should be directed to Robin Marks through email.