Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2022 SAM #7412
SOURCES SOUGHT

70 -- AAG Deployment Licenses

Notice Date
3/15/2022 10:45:23 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-R-0156
 
Response Due
3/22/2022 9:00:00 AM
 
Point of Contact
Kelly Gray
 
E-Mail Address
kelly.e.gray13.civ@us.navy.mil
(kelly.e.gray13.civ@us.navy.mil)
 
Description
PSC: 7H20- IT and Telecom - Platform Products: Database, Mainframe, Middleware (HW, Perpetual License Software) NAICS: 511210- Software Publishers This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information.� The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of Gensym G2 deployment licenses. The Advanced Arresting Gear (AAG) system is a CVN-based aircraft arrestment system that utilizes Gensym G2 software as part of its health monitoring and prognostics system.� Interested companies may submit relevant product specifications or literature that meet Government requirements as delineated below. Broad industry participation is desired but NAWCAD Lakehurst is currently only interested in licenses for the existing Gensym G2 product, as a full redesign effort is not approved. Material identified as company proprietary provided in response to this RFI will be treated as such by the Government. ELIGIBILITY The applicable NAICS code for this procurement is 511210 with a size standard of $41.5M. In addition, small businesses are required to provide the following information to enable the Government to determine eligibility. Company classification. For example; large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. REQUIREMENTS Gensym G2 Deployment Licenses Quantity 24 licenses to be used on lab test assets for testing of fully compiled AAG system software built with components utilizing Gensym G2 software. Gensym G2 version in use is 8.3r and is not able to be updated at this time. Licenses shall be either machine-locked or site-type. Machine-locked licenses (if provided) shall operate on Red Hat Linux 6.x without an �eth0� adapter configured. Site-type licenses (if provided) shall operate on Red Hat Linux 6.x and will be limited to concurrent installation on 24 unique physical or virtual machines. Relevant product specifications and literature shall detail any special tooling requirements for installation, maintenance, removal and reconstitution of the package(s). User Guide/Manual Relevant product specifications and literature shall indicate whether or not a user guide/manual has been developed. If developed, please provide a copy of the manual as part of the submission. Software Binaries Gensym G2 v8.3r software binaries and require files, libraries, or script shall be available if needed for installation of licenses. Support Limited technical support shall be provided to the extent that it can be provided without significant cost or impact to the Company as a result of the deprecated version of the software being requested. CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS The Government requests interested companies submit documentation to address the following information: Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. Relevant product specifications, literature, and test results, including but not limited to those performed by third-party test facilities, to support meeting the requirements of this RFI. Interested companies are invited to submit a Capabilities Package of no more than 20 pages in length, single spaced, 12 point font minimum. For any Capabilities Packages that exceed 20 pages, the Government will only consider the first 20 pages inclusive of any title pages or table of contents. A submittal of the system Technical/User manual is not included in the 20 page submission limit. The Capabilities Package will be used to determine a company's ability to meet the requirements herein and the information requested in the Capability Package Submittal Information and Instructions 1-3. The Government may subsequently opt to conduct company site visits to further determine eligibility and capability. Please note that this Request for Information is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and Government is not obligated to award a contract as a result of this announcement. The Government will NOT reimburse companies for any expenses incurred to prepare the Capability Package Submittal Information. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. HOW TO RESPOND Interested companies shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes.� Please submit your response to this RFI (not to exceed twenty (20) pages) via e-mail no later than 22 March 2022, 12:00 PM EDT to Kelly Gray, at kelly.e.gray13.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cfe0ae94900c4890991e967a8ab86274/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN06268012-F 20220317/220315230106 (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.