Ohio Bids > Bid Detail

Intent To Award Sole Source - AIAA (American Institute of Aeronautics and Astronautics)

Agency:
Level of Government: Federal
Category:
  • 76 - Books, Maps, and Other Publications
Opps ID: NBD00159193046886136
Posted Date: Dec 5, 2023
Due Date: Dec 12, 2023
Source: https://sam.gov/opp/1f5cf3fab1...
Follow
Intent To Award Sole Source - AIAA (American Institute of Aeronautics and Astronautics)
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 05, 2023 03:42 pm EST
  • Original Response Date: Dec 12, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 7630 - NEWSPAPERS AND PERIODICALS
  • NAICS Code:
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

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, AIAA (American Institute of Aeronautics and Astronautics), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 December 2023. The period of performance (PoP) shall be 01/01/2024 TO 12/31/2024.





FSC: 7630





NAICS: 513120





Size Standard: 1000





Subscription name: AIAA (American Institute of Aeronautics and Astronautics)





Supplier name: AIAA





Product description and characteristics:






  • SEE REDACTED J&A





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:






  1. 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 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 Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil and Joshua Akers at joshua.akers.1@us.af.mil no later than 12 December 2023, 12:00 PM EST. Any questions should be directed to Ja’Quan Dangerfield through email.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 713 9906 2130 8TH ST BLDG 45
  • WRIGHT PATTERSON AFB , OH 45433-7541
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 05, 2023 03:42 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >