Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2010 FBO #3187
SOURCES SOUGHT

70 -- Maximo Upgrade - Maximo Upgrade PWS

Notice Date
8/14/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
 
ZIP Code
93524
 
Solicitation Number
FA9301-10-M-A077
 
Archive Date
8/22/2010
 
Point of Contact
Tylan J McBride, Phone: (661) 277-6943, Steven Barry, Phone: (661) 277-3346
 
E-Mail Address
tylan.mcbride@edwards.af.mil, steven.barry@edwards.af.mil
(tylan.mcbride@edwards.af.mil, steven.barry@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Maximo Upgrade PWS THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO NOTIFY INDUSTRY OF THE USAF INTENT FOR CONTRACT ACTION AND POSSIBLE GAIN KNOWLEDGE OF OTHER POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The 95TH Civil Engineering Directorate located at Edwards AFB, CA is seeking potential sources capable of providing IBM Maximo Asset Management upgrade from 4.x to 7.x (latest version) to support the 95th Civil Engineering Squadron. Prospective vendors must be IBM certified in Maximo applications and the upgrade must meet all IBM specifications. All interested parties must provide: 1. IBM Certification 2. Technical Capability and qualifications 3. Maximo upgrade client references within the last three years The contemplated purchase order will consist of services that are detailed in the attached Statement of Work (SOW). This requirement is for all services identified in the SOW. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. The Government is seeking only, qualified, experienced sources interested in performing the services identified in the attached SOW. The SOW details the requirements of the 95TH Civil Engineering Directorate. The Government is requesting that interested concerns feeling they can fully support this requirement, furnish the following information: (1). Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR), and Commercial and Government Entity (CAGE) code and e-mail address. (2). Type of business, i.e., small, small disadvantaged, woman-owned, HubZone, serviced-disabled veteran-owned small business, large business, etc. under North American Industry Classification System (NAICS) 541511 which contains a size standard of $25,000,000.00. (3). Under which NAICS does your company usually perform all the services identified in the attached SOW. Please include the rational for your answer. (4). Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts directly relating the attached SOW, performed within the last three (3) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the effort on a full and open basis based on the responses to this Sources Sought Synopsis is solely within the discretion of the Government. The Government does not intend to pay for any information provided under this synopsis. The Government will not be responsible for any costs incurred by responding to this Notice. Qualified participants are invited to submit their capability in writing. Only responses received within the open days/time of this announcement will be reviewed. Interested parties may provide evidence of their capability to accommodate this requirement and must respond by August 20, 2010, 4:30 p.m. Pacific Standard Time. Questions and responses may be sent to Mr. Tylan McBride via e-mail to tylan.mcbride@edwards.af.mil, by fax to 661.277.8024 or by parcel post to AFFTC/PKOA, Attn: Tylan McBride, 5 South Wolfe Avenue, Edwards AFB, CA 93524-1185. Oral communications is not acceptable in response to this notice. Potential offerors must be registered in CCR to be eligible for contract award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at (https://www.bpn.gov/ccr/).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/FA9301-10-M-A077/listing.html)
 
Place of Performance
Address: 95TH Civil Engineering Directorate, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02241378-W 20100816/100814233310-df123f13e0d88da826c2180e679dd818 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.