SOURCES SOUGHT
D -- Sanction Software Maintenance
- Notice Date
- 12/4/2015
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - New Jersey, BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-X-02NU
- Archive Date
- 1/2/2016
- Point of Contact
- Timothy Cassidy, Phone: 9737243244, Lisa Formoso, Phone: 9737247858
- E-Mail Address
-
timothy.j.cassidy12.civ@mail.mil, lisa.formoso.civ@mail.mil
(timothy.j.cassidy12.civ@mail.mil, lisa.formoso.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request For Information (RFI) The Office of the Judge Advocate General (JAG) Corps This is a Request for Information (RFI). This is NOT a solicitation for proposals, or quotations. This request for information (RFI) is issued for the purpose of obtaining knowledge and information for project planning purposes. The U.S. Army Contracting Command-New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Judge Advocate General (JAG) Corps, is requesting information from industry for the maintenance and support of trademarked LexisNexis-Sanction 4.0 software or most current commercial version of the software. Maintenance and support include updates, upgrades, patches, and technical service support for a 12 month period. Sanction software is a litigation presentation software already in use for prosecuting, tracking, reporting, and responding to cases. The software is utilized in case presentation that allows attorneys to introduce their case into any trial, arbitration or other legal proceeding with a completely organized and polished electronic presentation to represent the Government's interest. The sanction software allows users to quickly assemble documents, exhibits, transcripts, questions, visuals and video that will be used to manage and present evidence throughout litigation. The required Sanction software is anticipated to be commercial in nature. In addition, this product to being used by the Department of the Army's JAG Corps, and requires no customization from its commercial version. MAINTENANCE: 1. Includes providing updates, upgrades, and patches for 250 existing licensed LexisNexis-Sanction software version 4.0 or most current commercial version of the software to ensure the product remains up to date. 2. New versions of software shall be made available when commercially released. TECHNICAL SERVICE SUPPORT 1. Provide competent personnel with the appropriate level of education and experience necessary to provide software support. PLACE OF PERFORMANCE: Pentagon, Washington, DC 20310. PERIOD OF PERFORMANCE: 12 months. TRAVEL: No travel is expected as a result of this requirement. Interested companies who consider themselves capable of providing LexisNexis-Sanction 4.0 or latest software maintenance and support per the above at a competitive price are invited to indicate their interest by providing to the U.S. Government the following information: 1) Provide the name of the firm, address, Point of Contact to include (name, title, addresses, telephone number, fax number and Email address), and company DUNS number. 2) If applicable, provide any active Sanction software maintenance contract numbers, including any Federal Supply Schedule listed on General Service Administration (GSA). 3) Capabilities Statement and qualification. 4) Provide an estimate of cost for providing 12 month of maintenance and technical service support. 5) Indicate the size of the business entity and applicable NAICS code. Also, indicate if your company has a socio-economic status pursuant to the NAICS code (e.g., 8(a), HUBZone, VOSB, SDVOSB, WOSB, or SDB). 6) Provide Company Web Page URL if applicable. All information is to be submitted electronically via email (4 MB limit) to the point of contact below, at no cost or obligation to the Government. Telephone responses will not be accepted. All information submitted will be held in a confidential status; information provided will not be returned. Responses to the RFI shall be in written in the English language, and should be in MSWord or PDF format. Appropriate security markings should be placed on contractor sensitive information, if applicable. All submissions are requested by close of business 18 December 2015. All companies interested in a potential future solicitation should continue to monitor FedBizOpps (FBO) and are required to be registered in System for Award Management (SAM) at https://www.sam.gov, prior to being considered for award. Point of Contact: Tim Cassidy Contract Specialist Email: timothy.j.cassidy12.civ@mail.mil. Alternate Point of Contact: Lisa Formosa Email: lisa.formoso.civ@mail.mil This Request for Information (RFI) notice does not constitute a formal Request for Proposal (RFP)/Request for Quote (RFQ), nor is the Government obligated to issue an RFP/RFQ. It is not to be construed as a commitment by the U.S. Government. The Government will not be liable for any costs involved for submission of information in response to this notice. The Government will not notify respondents or issue results of this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e3862ae6b26f7a5793c0ed2af2a7f35)
- Place of Performance
- Address: Pentagon, Washington, District of Columbia, 20310, United States
- Zip Code: 20310
- Zip Code: 20310
- Record
- SN03961282-W 20151206/151204234513-8e3862ae6b26f7a5793c0ed2af2a7f35 (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 |