Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOURCES SOUGHT

99 -- Electronic Discovery Document Review Software/Subscription

Notice Date
11/10/2020 12:19:49 PM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-21-R-EDSS
 
Response Due
11/25/2020 8:00:00 AM
 
Archive Date
12/10/2020
 
Point of Contact
Karina Haddix, Salameya Paulouskaya
 
E-Mail Address
karina.s.haddix.civ@mail.mil, salameya.paulouskaya2.civ@mail.mil
(karina.s.haddix.civ@mail.mil, salameya.paulouskaya2.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTICE Electronic Discovery Document Review Software/Subscription SOLICITATION NUMBER: W9124J-21-R-EDSS NOTICE TYPE: This Is A Sources Sought Notice ONLY. This Sources Sought Synopsis (SSS) is for Electronic Discovery Document Review Software/Subscription in support of the Office of The Judge Advocate General (JAG), JAG Corps. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Center (MICC-FSH) for market research in accordance with Federal Acquisition Regulation (FAR) Part 10 � Market Research, and will not be disclosed outside of the organization. This notice is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis. This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited and provided. No funds have been authorized, appropriated, or received for this effort. Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. All submissions will become Government property and will not be returned. The U.S. Army requires information to determine the availability of resources to identify and implement a solution that supports electronic discovery document processing and document review functions necessary to carry out the Army�s mission. The attached Statement of Work identifies the required objectives and tasks to meet the Army�s needs. The information received from this SSS will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) 511210 Software Publishers. The associated size standard is $41.5 Million as measured by total revenues. The anticipated period of performance is for one (1) 12-month base year and four (4) 12-month option years. EXISTING CONTRACT: This is a new requirement, no previous contract exists. In order to determine if sources capable of satisfying the agency need exists, the Government will consider all SSS responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. Responses to this SSS permit the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for the small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions that may limit small businesses from participation. SUBMITTAL INFORMATION: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work identified in the Statement of Work are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1) Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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) The NAICS code contemplated for this requirement is 511210 with a size standard of $41.5M. In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? 3) Information in sufficient detail regarding previous experience on similar requirements to include contract number, organization supported, indication of whether as a prime contractor or subcontractor, contract value, point of contact with current phone number. Briefly identify how the referenced contract relates to the services described for this requirement. If applicable, identify any unique characteristics or alternative solutions to the performance of work. 4) Identify how the Army can best structure this requirement to facilitate competition by and among small business concerns. 5) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.SAM notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. 7) If you provide a certain software, please, describe its functionalities IAW Statement of Work (attached) and technical requirements of the use (browser, security features, etc). 8) List any CHESS/GSA/ESI contracts you have for this software. 9) Software shall be web based only. 10) Include a rough order estimate (cost) of the subscription for the period of five (5) years. YOUR RESPONSE TO THE SYNOPSIS: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached Statement of Work. The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 � X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform as identified in the attached Statement of Work. All responses shall be received no later than�25 November 2020 at 10:00 AM Central Standard Time. Please respond via electronic mail (e-mail) to the Contracting Officer, Salameya Paulouskaya, and Contract Specialist, Karina Haddix at the following: Salameya.paulouskaya2.civ@mail.mil and karina.s.haddix.civ@mail.mil. All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialist. In all responses, please reference W9124J-21-R-EDSS in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. Primary Point of Contact: Karina Haddix Contract Specialist Email: karina.s.haddix.civ@mail.mil Secondary Point of Contact: Salameya Paulouskaya Contracting Officer Email: Salameya.paulouskaya2@civ.mail.mil Contracting Office Address: 2205 Infantry Post Road, Bldg. 603 Fort Sam Houston, Texas 78234-1361 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a62bac04e0ea4081984ee0ebc597d2e9/view)
 
Record
SN05850933-F 20201112/201110230149 (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.