Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

70 -- Market Survey Capability Assessment for Strategic Sourcing of Various Equipment and Supplies (SAVES) Commercial-Off-The-Shelf (COTS) Information Technology (IT) Software

Notice Date
8/23/2017
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-620 CT - William J. Hughes Technical Center (Atlantic City, NJ)
 
ZIP Code
00000
 
Solicitation Number
28084
 
Response Due
10/6/2017
 
Archive Date
10/6/2017
 
Point of Contact
elizabeth Ford Ochs, elizabeth.ford@faa.gov, Phone: 609-485-5557
 
E-Mail Address
Click here to email elizabeth Ford Ochs
(elizabeth.ford@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
*** If you are viewing this announcement on any other site, except the FAA Contracting Opportunities website, please go to https://faaco.faa.gov to view it in its entirety with attachments. One of the major objectives of the Federal Aviation Administration (FAA) is to control costs while delivering quality customer service. To help achieve this goal of controlling costs, the FAA embarked on an Agency-wide strategic sourcing initiative called the Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Program. This requirement may support the entire FAA and Department of Transportation (DOT). The objective of the SAVES Program is to enable the FAA to purchase selected commodities for less while maintaining or improving purchase quality and service levels. Industry participation in this market survey, while encouraged, is strictly voluntary. Failure to provide the requested information will not preclude a vendor ™s participation in future Agency activities related to this posting. At this time, the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small business concerns. The purpose of this market survey is to solicit statements of capabilities from interested parties including, but not limited to, Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, and/or Service-Disabled Veteran Owned Small Businesses (SDVOSB), to assist the FAA in determining whether adequate competition exists to set aside the requirement, in full or partially, among small business concerns. Responses from large business are also requested and will be considered at this time. The principle North American Industry Classification System (NAICS) codes anticipated for this effort are: 511210-software publishers, with a small business size standard of $38.5 Million and 334614-Prepackaged software, mass reproducing, where the small business size standard fluctuates from 250 to 1,500 employees. A Secondary NAICS code that may be considered for this effort is 423430-Software, computer, packaged, merchant wholesalers, with a small business size standard of 250 employees. A wholesale trade or retail trade business submitting a capability statement on a supply acquisition is categorized as a non-manufacturer and deemed small if it has 250 or fewer employees and meets the requirements of 13 CFR 121.406. SURVEY BACKGROUND INFORMATION The following are the top manufacturers from each of the current SAVES software contracts: ActivIdentity, Adobe, CA, DecisionLens, EMC, Google, HP, IBM, McAfee, Oracle, Pkware, SAP, Symantec, Symphony Teleca Corporation, and Trend Micro. In four years, the FAA has made purchases from the incumbents for the OEMs as low as $2,000.00 and as high as $10.1M. (a) The FAA requires the following preliminary information from interested vendors. (If you provided a response to the first Market Survey posted in March 2017, there is no need to provide a new response for Questions 1 and 2, unless your company would like to provide an updated response). 1. Is your firm currently listed on the General Service Administration's Federal Supply Schedule 70? 2. Does your firm currently have a similar IT software contract with another agency of the Federal Government? If yes, please provide the name, contract number, contract type and contract ceiling. 3. The FAA is looking for information in regards to adding the following OEMs/Software Products to our SAVES Software Contracts. Your response should include whether or not your company is an authorized reseller for the following OEMs/Software Products, your partnership level, and any additional OEM/Software Product information the FAA should be notified about: (a)Adobe Connect (b)Atlassian (c)Bel Arc (d)Bentley (e)Celestic (f)CounterTack Active Defense (g)DameWare (h)EOS (i)HP Carepaq (j)HRWorx (k)Huddle (l)IBM Resilient (m)iConnect (n)JFrog Artifactory (o)Liebersoft Liberman Software (p)Lucidworks Fusion (q)McAfee Anti-Virus (r)Radiant Logic (s)Splunk (t)SonarSource SonarQube (u)Trustwave DbProtect (v)BDNA 4. Additionally, the FAA will be looking to update our contracts on how software is purchased. Currently, our contracts are structured in a manner so that only perpetual licenses and yearly maintenance are purchased. The FAA may also add requirements to purchase software via Software as a Service (SaaS), subscription based purchases, and/or named users. The FAA is looking for suggestions on procuring these types of licenses under the SAVES contract through bucket CLIN pricing. Also, please provide your experience and expertise relating to tracking and reporting of license assignments and software usage as related to SaaS subscription or named user licensing. All responses to the above questions must be provided on company letterhead and are restricted to no more than a total of eight (8) pages. Response will only be accepted in Microsoft Word or PDF Format. Do not send corporate or sales promotion literature. Responses must be received no later than October 6, 2017. (b) Firms claiming certified 8(a) status are additionally required to submit a letter of 8(a) certification from the SBA, and Service Disabled Veteran Owned Small Business (SDVOSB) claiming SDVOSB status must provide a certification letter and be registered as a SDVOSB on the Department of Veterans Affairs website (https://www.vip.vetbiz.gov/). The FAA prefers all submittals to be submitted electronically to the following e-mail address: elizabeth.ford@faa.gov. The responses to this Market Survey will be used to determine competition level and develop a concise requirement. The FAA will not release or make public information deemed "Company Proprietary". This survey is not intended to guarantee procurement of a product and shall not be construed as a commitment by the Government to enter into a contract. This posting should not be interpreted as a Screening Information Request (SIR), a Request for Quote (RFQ), or Request for Proposal (RFP). The FAA is not liable for costs associated with a response to this informational announcement. This is not a request for competitive proposals and will not result in a contract award. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's Contract Opportunities web page. It is the potential Offeror's responsibility to monitor the site (https://faaco.faa.gov/index.cfm/announcement/index) for the release of any solicitation. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/28084 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/28084/listing.html)
 
Record
SN04643400-W 20170825/170823233513-46d35ae4d68ba4a3a7e2c35c0b8842fb (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.