Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
SOURCES SOUGHT

70 -- LEXIS NEXIS CUSTOMIZED DATA BATCH SOLUTIONS

Notice Date
8/27/2020 10:47:34 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD20R0163
 
Response Due
9/2/2020 8:00:00 AM
 
Archive Date
09/17/2020
 
Point of Contact
Patricialee A Pomarico, Phone: 8459388176
 
E-Mail Address
patricialee.a.pomarico.civ@mail.mil
(patricialee.a.pomarico.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for CUSTOMIZED DATA BATCH SOLUTIONS,��on SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) business development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a setaside. The proposed sole source Firm Fixed Price Contract to�LEXIS NEXIS SPECIAL SERVICE, INC., 1150 18TH ST, NW WASHINGTON, DC 20036. The statutory authority for the sole source procurement is Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements based on the company being the sole developer and provider of the products and Is therefore the only source capable of satisfying the government requirements. The Government intends to solicit and negotiate with LEXIS NEXIS SPECIAL SERVICES INC.. Base Notice:�LEXISNEXIS DATA BATCH�-W911SD-20-R-0163. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offers to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 511210. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding proposed product that demonstrates compatibility that will facilitate making a capability determination. 4. Information to help determine if the requirement item is commercially available, including pricing nformation, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition,including competition among small business concerns. 6. Recommendations to improve the Army's approach to acquiring the identified items/services
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50027b0a6e164c88a2bd5ecdaae8c57e/view)
 
Place of Performance
Address: West Point, NY, USA
Country: USA
 
Record
SN05776957-F 20200829/200827230213 (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.