Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Contract Action (NOCA) Cloverleaf Software

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 17, 2023 02:03 pm PDT
  • Original Response Date: Jul 20, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 04, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Edwards , CA 93524
    USA

Description

PART: U.S. GOVERNMENT PROCUREMENTS
AFTC/PZIOA Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: Cloverleaf.me Software
REF NO.: F1AF1C3174A001

This is a notice of contract action (NOCA); this is not a solicitation for a Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that AFTC/PZIOA will take procurement action in the matter. No reimbursement will be made for any costs associated with providing information in response to this NOCA or any follow-up information requests. The purpose of this NOCA is to notify industry of the USAF’s intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of solicitation, as one does not exist.
The AFTC Contracting Directorate (AFTC/PZIOA), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under the authority of 10 United States Code (USC) 2302(b), as implemented by FAR 13.106-1(b)(1)(i) to Cloverleaf.me Inc. 310 Culvert St STE 301 Cincinnati, Ohio 45202-4247. The applicable NAICS is 513210 with a size standard of $41.5 million dollars.

The following is a brief description of the acquisition requirements:

1. A Cloverleaf.me software bundle to be distributed to 400 users for team dynamic analysis and objective measurement for a term of 60 months.

There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. In addition, the response should include verification of the Offeror’s Representation and Certifications—Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12.

All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 12:00 p.m., Pacific Standard Time, 20 July 2023. Responses should be submitted to: Contract Specialist Abel Alcantar E-mail: abel.alcantar.1@us.af.mil. Due to COVID-19 workplace changes, telephone calls are not available. Telephone requests to be placed on a mailing list will not be honored. Facsimile responses are acceptable and must be received on or before the closing date.

Contact Information

Contracting Office Address

  • CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA

Primary Point of Contact





Secondary Point of Contact





History

  • Aug 04, 2023 08:55 pm PDTSpecial Notice (Original)