Skip to main content

An official website of the United States government

You have 2 new alerts

GCI Power Tools

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Aug 01, 2022 10:21 am EDT
  • Original Response Date: Aug 04, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA

Description

The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Global Cents Inc. (GCI) Power Tools, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 5 August 2022.  The period of performance (PoP) shall be from date of award through 31 July 2023.

FSC: 7A21

NAICS: 541519

Size Standard: $30M

Software name: Global Cents, Inc. (GCI) Power Tools Software License.

Supplier name: Global Cents, Inc. (GCI) Power Tools

Product description: Software licenses for GCI Power Tools for Deployment, GCI Power Tools for Workflow and GCI Power tools for Reports & View Annual Maintenance. Under the proposed effort, AFRL/RCB will be able to continue providing commercial software deployment capability and to analyze documents for embedded Personal Identifiable Information (PII) and secure it.  

Product characteristics an equal item must meet to be considered:

- reduces time to deployment and cost of deployments, and provides the capability to automatically analyze documents for embedded Personal Identifiable Information (PII) and secure it.

- enabling the ready transport of entire object structures from one OpenText Content Server environment into another.

- rapidly deploying new enterprise capabilities and securing PII contained in the data fields of unique document formats employed in EBS.

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 3 business 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:
    1. Points of contact, addresses, email addresses, phone numbers.
    1. 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.
    1. 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.
    1. Company CAGE Code or DUNS Number. 
  1. In your response, you must address how your product meets the product characteristics specified above.
  1. Submitted information shall be UNCLASSIFIED.
  1. 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 no later than 4 August 2022, 12:00 PM EST.  Any questions should be directed to Robin Marks through email. 

Contact Information

Contracting Office Address

  • CP 937 713 9794 2130 8TH ST BLDG 45
  • WRIGHT PATTERSON AFB , OH 45433-7541
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 19, 2022 11:55 pm EDTSpecial Notice (Original)