Inactive
Notice ID:FA8650-21-Q-4334
NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source Stanford Dosimetry LLC, on or about 24 March 2021. The p...
NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source Stanford Dosimetry LLC, on or about 24 March 2021. The period of performance (PoP) shall be from 25 March 2021 – 24 March 2022 PSC: 7A21 NAICS: 511210 Size Standard: $41.5M Software name: Annual Dosimetry Program Supplier name: Stanford Dosimetry, LLC Product description: Stanford Dosimetry provides annual consultative services to USAFSAM/OEA in support of the Radiation Dosimetry Laboratory. Consultative services include: Annual review of up to three dosimeter models; unlimited telephone support; Quarterly review of QA test results; and Data Investigations. Additionally, this acquisition also includes an uncertainty analysis for the Truedose EPD, which is a required component of the lab's federally mandated accreditation. 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 6 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 Stephen J. Wenclewicz at stephen.wenclewicz.1@us.af.mil and jennifer.arnett.1@us.af.mil 12 Feb 2021, 2:00 PM PST. Any questions should be directed to Stephen J. Wenclewicz through email.