Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
SOURCES SOUGHT

99 -- PRIDE License Software for Patrick AFB

Notice Date
7/15/2020 7:53:03 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB111
 
Response Due
7/29/2020 12:00:00 PM
 
Archive Date
08/13/2020
 
Point of Contact
Natalie Erdley, Phone: 3214940039, Linda M Penuel, Phone: 3214947573
 
E-Mail Address
Natalie.Erdley@us.af.mil, linda.penuel@us.af.mil
(Natalie.Erdley@us.af.mil, linda.penuel@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!� It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Information (RFI) number is FA2521-20-Q-B111 shall be used to reference any written responses to this sources 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 541512.� The size standard for NAICS is $30 M. Requirement: Commercially available supply of a brand name requirement. Contractor to provide perpetual license of PRIDE Automation software. Requirement is for PRIDE Author for 3 concurrent users and PRIDE View Server for approximately 25 concurrent users, the requirement will also include the PRIDE annual Maintenance and Support (M&S). The maintenance and support is payable annually. Our team is questioning if contractors are able to provide this maintenance annually through option years? Please respond to this question at Natalie.Erdley@us.af.mil/linda.penuel@us.af.mil. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this 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. 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.� As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past refines with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: Natalie.Erdley@us.af.mil RESPONSES ARE DUE NO LATER THAN 29 July 2020. Approved/Disapproved SIGNED - LMP Linda M. Penuel Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82247171264c42d29fd6ae076d53fe56/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05722707-F 20200717/200715230153 (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.