SOURCES SOUGHT
70 -- Zeus Enterprise Display License Sources Sought
- Notice Date
- 9/5/2017
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- ZeusEnterprise511210
- Archive Date
- 9/25/2017
- Point of Contact
- Maj Rebecca Ban, Phone: (937) 255-0139
- E-Mail Address
-
rebecca.ban@us.af.mil
(rebecca.ban@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. NO solicitation exists. This is NOT a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. The purpose is solely to identify potentially capable sources which can provide development, production, sustainment, services and integration of listed capabilities. The United States Air Force (USAF), through the Air Force Life Cycle Management Center (AFLCMC), fulfills program management activities and oversight of the MQ-9 Reaper Unmanned Aircraft System (UAS) and its constituents, namely the Remotely Piloted Aircraft (RPA) Squadron Operations Center (SOC), and Ground Control Station (GCS). AFLCMC desires to purchase the Zeus Enterprise Display license which provides access to the Tactical Display Framework (display server) to display Zeus 2.2.4.1 and prior versions for unlimited users. This license is a seat license, not the server licenses that make the Zeus capability. Contractors that believe they can satisfy the requirement to provide the Zeus Enterprise Display license should respond to this SSS. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the requirement. The package shall also include the following information and address the questions below: Company/Institute Name: Address: Point of Contact (to include phone number and email address): CAGE Code (as applicable): Web Page URL: Size of business pursuant to NAICS Code 511210, Software Publishers Services, size standard $38.5M average annual receipts. Based on the above NAICS Code, state whether your company is: Type Status Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: SBA Graduation Date: All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. In accordance with FAR 52.219-14, limitations on subcontracting may be applicable. All submissions are requested to be made electronically by 4 pm EST on Sunday, 10 September 2017 and sent to the MQ-9 Program Office, Attn: Maj Rebecca Ban, email: rebecca.ban@us.af.mil. Marketing materials alone are considered insufficient. Direct and succinct responses to the request above addressing the particular requirements are preferred. Please limit complete responses to 1 page. The font shall be Times New Roman and no smaller than 10 point with at least a one-inch margin. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Contracting Office Address: AFLCMC/ WIIK Medium Altitude Unmanned Aircraft Systems Area B, BLDG 560 2530 Loop Rd West Wright-Patterson AFB, Ohio 45433 Primary Point of Contact AFLCMC/WIIK Maj Rebecca Ban Rebecca.ban@us.af.mil 937-255-0139
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/ZeusEnterprise511210/listing.html)
- Record
- SN04661217-W 20170907/170905231612-90ebc4e5410282d573616edae487623d (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 |