Inactive
Notice ID:FA2396-22-Q-0110
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Bentley Advancing Infrastructure, under the authority of FAR 6.302-1 and FAR 13.106-...
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Bentley Advancing Infrastructure, under the authority of FAR 6.302-1 and FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 12 January 2021. The period of performance (PoP) shall be from 17 January 2021 – 16 January 2022. FSC: 7A21 NAICS: 511210 Size Standard: $41.5M Description: ADP Software Supplier name: Bentley Systems, Inc. Product description: This purchase is for licensing, technical support, and any upgrades to the seven different Bentley products used in AFRL/RQ that may be available during the period of this agreement. This is a yearly subscription renewal from 17 January 2021 through 16 January 2022. Product characteristics an equal item must meet to be considered: The products and their quantities are listed below. Part # Description Quantity 8373 OpenBuildings Designer SELECT Sub 1 1570 D* Bentley InterPlot Server SELECT Sub 3 1686 D* Bentley Architecture SELECT Sub 1 1003 MicroStation SELECT Subscription 12 1694 Bentley I/RAS B SELECT Subscription 3 9703 Bentley Descartes SELECT Subscription 3 1949 ProjectWise InterPlot Server SELECT Sub 3 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: Contractors must 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 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. Company CAGE Code or DUNS Number. In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Bradley Adams at bradley.adams.6@us.af.mil and Jeremy Fraser at jeremy.fraser.2@us.af.mil no later than 10 January 2022, 5:00 PM EST. Any questions should be directed to Bradley Adams through email.