Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOURCES SOUGHT

99 -- 45th Operations Group Lab Enhancements (Solar Winds)

Notice Date
3/31/2020 6:45:27 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA2521-20-Q-B046
 
Response Due
4/9/2020 1:00:00 PM
 
Archive Date
04/24/2020
 
Point of Contact
Stephanie Hyde, Linda M Penuel, Phone: 3214947573
 
E-Mail Address
stephanie.hyde.2@us.af.mil, linda.penuel@us.af.mil
(stephanie.hyde.2@us.af.mil, linda.penuel@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.� The Request for Quotation (RFQ) number is FA2521-20-Q-B046 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 511210.� The size standard for this proposed NAICS is $41.5M. The requirement is to provide the 45th Operations Group (45th OG) with faster capabilities.� The customer has an innovation Lab with equipment that allows them to accomplish this is, but is limited.� This procurement study of supply equipment, display system, network management systems, including authentication management and transceivers will demonstrate new capabilities to Wing and Non-Wing leadership in solving operator�s need for the Eastern Range. Salient Characteristics: �Brand Name Only� Quantity�� �Solar Winds MFR/MFR Part#�� �Description 1�� �3902-CDM�� �SolarWinds Enterprise Orion Console (EOC) 1�� �1245-CDM�� �SolarWinds Network Performance Monitor SL500 1�� �3052-CDM�� �SolarWinds NetFlow Traffic Analyzer Module for SolarWinds Network Performance Monitor SL500 1�� �4100-CDM�� �SolarWinds Network Configuration Manager DL50 1�� �3512-CDM�� �SolarWinds Engineer's Toolset Per Seat License (includes one desktop install & one Web named user) - License with 1st-Year Maintenance 1�� �6000-CDM�� �SolarWinds IP Address Manager IP1000 1�� �3340-CDM�� �SolarWinds Network Topology Mapper � What is the purpose of the item(s):� This system will be used by team members to demonstrate new capabilities to any/all interested parties including both Wing and AFSPC leadership. 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. �Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision.�� All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.� Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. DISCLAIMER:� This Sources sought notice is�not a solicitation.��This notice is issued solely for information and planning purposes and does not constitute a solicitation.��All information received in response to this notice that is marked ""proprietary"" will be handled accordingly.��Responses to the sources sought notice will not be returned.��In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract.��Responders are solely responsible for all expenses associated with responding to this notice.� The Government does not guarantee any action beyond this notice.� The Government may not respond to questions posed in Industry responses. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�http://www.beta.sam.gov� Please submit the information electronically in PDF format no later than Thursday, 9 April 2020, 4:00pm (EST) to Stephanie Hyde at stephanie.hyde.2@us.af.mil.� Telephone responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43cfe3cc3526467b8a10fabd6968e569/view)
 
Record
SN05606424-F 20200402/200331230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.