SOURCES SOUGHT
70 -- Compuware Software Support
- Notice Date
- 7/13/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- DHQCSD17MPC0033
- Archive Date
- 8/11/2016
- Point of Contact
- Cody R. Seelhoefer, Phone: (618) 229-9348
- E-Mail Address
-
cody.r.seelhoefer.civ@mail.mil
(cody.r.seelhoefer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for: Compuware Mainframe Software Support Renewal CONTRACTING OFFICE ADDRESS: DISA Defense Information Technology Contracting Organization (DITCO) 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses to provide the required products and/or services. The DISA Implementation and Sustainment Logistics Division (IML) is seeking information for potential sources for the renewal of Compuware mainframe software support. The Compuware product line offers the Abend-aid, iSTROBE, Strobe, File-aid, and Xpediter products that provide DISA with the capabilities to increase DISA data center efficiency by providing a mainframe application resolution process to help speed the discovery of failure solutions, thereby reducing critical application downtime. In addition, the software improves performance of mission critical applications by reducing Central Processing Unit (CPU) consumption, batch runtimes, and online transaction response times. Other software functionality includes providing a comprehensive set of developer productivity tools that reduces the time needed to get programs implemented or returned to production by automating the analysis, testing, and debugging processes. One of the products, Xpediter, also assists by helping the next generation of mainframe programmers understand existing mainframe applications, examine the code both statically and in execution, and validate their testing efficiency. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-11-C-0127 Contract Type: Firm-Fixed-Price, Open Market Incumbent and their size: Compuware Corporation, Large Business Method of previous acquisition: Sole Source This requirement is for software support of the established Compuware software product line. All of the Compuware products utilized assist DISA with time management, cost control, and risk avoidance with the mainframe platforms at mainframe processing data centers. The Compuware products all work together to improve data center productivity and efficiency. DISA IM is anticipating soliciting a sole source contract to procure the Compuware software support. Responders to this Sources Sought are asked to provide a capability statement to provide the required Compuware software support, which shall be considered by the agency. The anticipated period for obtaining the required software is the month of September, 2016. Place of Performance: DISA IM 1 Overcash Avenue, Building 12 Chambersburg, Pennsylvania 17201 REQUIRED CAPABILITIES: DISA IM requires licensing and support of their current brand-name Compuware inventory. Responders should describe their experience providing Compuware mainframe software support. SPECIAL REQUIREMENTS: None. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5 Million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from contractors that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT July 27, 2016 4:00 PM Eastern Daylight Time (EDT) to cody.r.seelhoefer.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to provide the product capabilities as listed above and any commercial pricing available for software support for a base period and four 1-year option periods. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD17MPC0033/listing.html)
- Place of Performance
- Address: Defense Information Systems Agency (DISA) Implementation and Sustainment (IML24), Logistics, 1 Overcash Avenue, Building 12, Chambersburg, Pennsylvania, 17201-4122, United States
- Zip Code: 17201-4122
- Zip Code: 17201-4122
- Record
- SN04181691-W 20160715/160713235327-746ab05e562ff17c79a60e3259405125 (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 |