Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2024 SAM #8082
SOURCES SOUGHT

70 -- COTS SOFTWARE LICENSE AND MAINTENANCE MANAGEMENT IN SUPPORT OF A SOFTWARE DEVELOPMENT LAB

Notice Date
1/11/2024 9:54:38 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524RFI0074
 
Response Due
1/12/2024 2:00:00 PM
 
Archive Date
01/27/2024
 
Point of Contact
Kelly Gray
 
E-Mail Address
kelly.e.gray13.civ@us.navy.mil
(kelly.e.gray13.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT FOR COTS SOFTWARE LICENSE AND MAINTENANCE MANAGEMENT IN SUPPORT OF A SOFTWARE DEVELOPMENT LAB NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, LAKEHURST, NJ THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the PMA-251 Program Office or Naval Air Systems Command (NAVAIR) will contract for the items contained in this RFI.� This RFI is issued solely for information and planning purposes. This RFI does not commit the Navy to contract for any supply or service whatsoever. Furthermore, the Navy is not seeking proposals at this time. Responders are advised the U.S. Navy will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations. INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst (LKE), New Jersey is seeking sources to fulfill a proposed acquisition requirement for managing annual renewals of commercial off the shelf (COTS) software license support and/or maintenance for a NAWCADLKE software development lab.� The purpose of this effort is to consolidate the software development lab�s many annual software license support/maintenance procurements provided by multiple vendors into a single or small number of contracts with options while ensuring continued license usage, support, and/or maintenance coverage for the end NAWCADLKE user. ELIGIBILITY The PSC for this requirement is 7A21; the NAICS is 513210. REQUIREMENTS Ideal candidates will have experience managing DoD software support contracts and have existing relationships in place or the ability to create relationships with all of the software vendors listed in Table 1. �It is understood, however, that all software vendors have differing preferences in how they manage software licenses and support with the DoD, and thus agreements may not be feasible with all listed vendors. Therefore, interested software license management candidates should submit information, even if all vendor relationships are not possible. In addition, software license management candidates shall possess the following: Experience managing software support contracts between COTS software vendors and the DoD. Ability to work with all software vendors shown in Table 1 to coordinate the procurement and renewals of software support/maintenance on behalf of the NAWCADLKE lab.� �� Experience aligning annual software support renewal dates across multiple different software vendors and software applications through prorated contracts in order to simplify the overall renewal cycle.� Experience negotiating multiyear, annually billed agreements with vendors through the use of option contracts. Ability to maintain excellent communication with customer on contract renewal dates and tasks. NOTE: This effort is anticipated to be a long term vehicle for software management within the lab, however, renewals are not guaranteed and remain at the discretion of Navy program management on an annual basis. SUBMITTAL INFORMATION It is requested that interested businesses submit the following information to the contracting office:� business name, address, phone number, business size, small business classifications (if applicable), CAGE code, and point of contact name and email address.� The submittal shall include a brief information package (existing product or service brochures acceptable), a summary describing their relationship status with the software vendors shown in, and responses to the following questions:� Can all of the software in Table 1 (attached to announcement) be procured through a third party and licensed to NAWCADLKE? Is a base contract with optional, annual renewals possible between responding candidate and NAWCADLKE and if so for how many years? What contract line item structure would the responding candidate recommend for a potential contract with NAWCADLKE? Does the responding candidate foresee any significant barriers that need to be considered and/or addressed? If you are a small business, provide an explanation of your company's ability to perform all of the tasking described in the specifications. All interested parties are highly encouraged to submit RFI responses. While the Navy will use this information for future acquisition planning, it will NOT release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI is marked PROPRIETARY will be handled accordingly. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations. NAWCADLKE will not pay respondents for any information generated for or provided in response to this RFI.� Submit your response in a Microsoft Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Responses to this RFI are requested by 5:00 PM EST on 12 January 2024.� Responses should cite RFI number and be sent electronically via email to Kelly Gray at Kelly.e.gray13.civ@us.navy.mil.� Respondents are notified that a formal solicitation MAY NOT necessarily result from this RFI.� The Government will not pay for any information received 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.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92f2f36ce5e446cab4d594f155e7df9d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06934156-F 20240113/240111230057 (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.