The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Delivery Order to a single source, Collier Research Corporation, under the authority of FAR 6.302-1 and FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 26 October 2021. The period of performance (PoP) shall be from 1 November 2021 – 31 October 2022. FSC: 7A20NAICS: 511210Size Standard: $41.5MDescription: HyperSizer Software Supplier name: Collier Research CorporationProduct description:The Air Force Research Laboratory (AFRL) has a requirement for a software program based on Finite Element Method Analysis. This acquisition is to purchase the Hyper X software licenses for the Air Force Research Laboratory. This is a new procurement with a yearly subscription starting 1 November 2021 – 31 October 2022. Product characteristics an equal item must meet to be considered:The manufacturer and developer, Collier Research Corporation has verified that they are the only reseller to
the US Federal Government. 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:1. Points of contact, addresses, email addresses, phone numbers. a. Points of contact, addresses, email addresses, phone number. 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 and Stephen Wenclewicz at
stephen.wenclewicz.1@us.af.mil no later than 25 October 2021, 12:00 PM EST. Any questions should be directed to Robin Marks through email.