SOURCES SOUGHT
70 -- GoAnywhere Software Renewal
- Notice Date
- 1/27/2023 12:30:45 PM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD23R0060
- Response Due
- 2/1/2023 12:30:00 PM
- Point of Contact
- Patricialee A Pomarico, Phone: 8459388176
- E-Mail Address
-
patricialee.a.pomarico.civ@army.mil
(patricialee.a.pomarico.civ@army.mil)
- Description
- This is a Source Sought Notice Only- The Mission Installation Contracting Command (MICC)- West Point Desires to Procure GOANYWHERE GATEWAY PERPETUAL SOFTWARE REMNEWAL, on a small business set-aside basis provided 2 or more qualified small business respond to this sources sought synopsis with information sufficient to support a a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a 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 anticipated NAICS code is: Sotware Publishers. Size Standard: $41.5. A need is anticipated for the procurement of : GoAnywhere Software for 12 month Period , 01 March 23 thru 29 February 2024. Hardware ID: XDUE-LEUA-IESC-WCDJ GoAnywhere FTPS Server - Perpetual GoAnywhere SFTP Server - Perpetual GoAnywhere Secure Folders - Perpetual GoAnywhere Advanced Workflows - Perpetual GoAnywhere Secure Mail 30 Users - Perpetual GoAnywhere GoDrive 30 Users - Perpetual Hardware ID: QOAF-UXNX-JTTP-ITSD System Type GoAnywhere Gateway - Perpetual Hardware ID: ZIOV-CCAY-VZRA-RIWA System Type: GoAnywhere Gateway - Perpetual Hardware ID: JQWK-SFVL-YLJF-YDVI System Type: GoAnywhere Advanced Workflows - Perpetual GoAnywhere SFTP Server - Perpetual GoAnywhere FTPS Server - Perpetual GoAnywhere Secure Folders - Perpetual� � � � � � � � � � � � � �� GoAnywhere Secure Mail 30 Users - Perpetual� � � � � � � � � � � � �� GoAnywhere GoDrive 30 Users - Perpetual�������������������������� at the United States Military Academy (USMA) at West Point, NY 10996. In response to this sources sought, please provide: 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. 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 previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement for offices from one building into another building, is commercially available, including pricing information, 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 by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict co 7. Recommendations to improve the approach/specifications/draw/PWS/PRS to acquiring the identified items/services. 8. Please include the number W911SD23R0060� in your email response to patricialee.a.pomarico.civ@army.mil no later than 01 FEB2023 @ 2:30pm, preclude your reply being treated as JUNK or SPAM. Competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ebcf93a6f3454a048123b40a61ae52a8/view)
- Record
- SN06575936-F 20230129/230127230105 (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 |