SOURCES SOUGHT
99 -- OpenFlows Hydraulic Modeling Software and Subscription Renewal
- Notice Date
- 6/18/2024 10:01:00 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- IHS-SS-24-06182024
- Response Due
- 7/2/2024 12:00:00 PM
- Archive Date
- 07/17/2024
- Point of Contact
- Colleen Henry
- E-Mail Address
-
colleen.henry@ihs.gov
(colleen.henry@ihs.gov)
- Description
- Sources Sought: OpenFlows Hydraulic Modeling Software and Subscription Renewal Sources Sought Notice Number IHS-SS-24-06182024 MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR QUOTE, PROPOSAL OR SOLICITATION The Indian Health Service (IHS) is conducting market research to support the Division of Sanitation Facility Construction (DFSC) to identify potential capable sources of providing OpenFlows Hydraulic Modeling Software and Subscription Renewal. This is a Sources Sought notice to determine the availability of small businesses (inclusive of VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), and Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) capable of supplying the required solution and support services. This notice is for planning purposes only, and does not constitute an invitation for Bids, Request for Proposal or Request for Quotation or an indication the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. I. Background The Indian Health Service (IHS) Division of Sanitation Facility Construction is responsible to provide water, sewer and solid waste facilities for Native American housing at, adjacent to, or near Indian Reservations as authorized by Public Law 86-121. Community sizes range from 15 to 10,000 people. IHS is authorized to design, construct and improve facilities and transfer complete facilities to Native American Tribal organizations or other public authorities for operation and maintenance.� The agency currently possesses 13 perpetual licenses to the WaterCAD, WaterGEMS, WaterHAMMER, and SewerCAD software and requires subscription renewal to access the Bentley hosted license server, software upgrades, and training services. In addition to the 13 licenses that require subscription renewals DSFC requires the purchase of 1 Open Flows WaterGEMS Unlimited Pipes Perpetual License (paid for during base year) and 1 seat of WaterGEMS Unlimited Pipes SELECT Sub to support the new license throughout the duration of the requirement (to be renewed each year). The existing subscription goes through September 8, 2024 and the effective start date for the annual subscription(s) purchased under this order shall be September 9, 2024. The anticipated applicable NAICS code for this acquisition is 513210 for Software Publisher.� Other relevant NAICS codes will be considered based upon the responses received. II. Capabilities Sought The IHS is seeking capable sources of furnishing all of the following software license renewals, with a start date of 09/09/2024. Specifically, to be considered capable respondent contractors must be able to furnish the following: Continued Support of the following: Four (4) seats of OpenFlows WaterCAD 250 Pipes, Part # 2969 Three (3) seats of OpenFlows WaterGEMS 250 Pipes, Part # 2987 Three (3) seats of OpenFlows WaterGEMS 1000 Pipes, Part # 2989 One (1) seat of OpenFlows WaterGEMS Unlimited Pipes, Part # 2993 One (1) seat of OpenFlows WaterGEMS 5000 Pipe, Part # 2991 One (1) seat of OpenFlows SewerCAD 250 Pipes, Part # 2941 One (1) seat of OpenFlows Hammer, Part # 2925 2. New Software License Open Flows WaterGEMS Unlimited Pipes Perpetual License Part # 11635 Services shall include individual user portals (up to 250), administrative portal (up to 10 admins) to manage licenses and software access, access to web based software downloads, access to Bentley hosted license server, IHS administrator ability to generate use reports based on product and user, and technical assistance via web and phone.� 3. Term Licenses Software shall be provided for use as-needed by IHS staff to complete hydraulic models. Cost schedule includes an initial NTE value that may be increased by modification as needed. Term licenses may only be billed for actual use. 4. Learning platform Software provided shall include access for on-demand and web-facilitated training to IHS staff (up to 250) incidental to the cost of subscription services.� Subscription to include up to 5 seats at each web-facilitated training for Bentley WaterCAD, WaterGEMS, or SewerCAD as coordinated by the Environmental Health Support Center training coordinator and access by all IHS users identified in the user portal to on-demand trainings twenty-four hours a day, seven days a week. 5. Quantity Increases Capable sources shall allow for increase in user seats in the items above via the inclusion of option for increased services at the time of award or bi-lateral modification throughout performance. III. Capability Statements Responses to this sources sought shall unequivocally demonstrate the respondent's capabilities to provide the services above. At a minimum, responses shall include the following: 1. Cover Page: Business name and bio, UEI number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, IEE, or ISBEE), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. If your organization is an Indian Economic Enterprise (IEE), or Indian Small Business Economic Enterprise (ISBEE), please include a copy of the attached BI IEE Representation certification with your response. This form will not count towards the page limit above. 2. Relevant Past Performance information inclusive of date of services, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of company (to include UEI number and size status) if not the respondent. 3. Descriptive literature, brochures, marketing material, etc. detailing the capabilities of the firm and their relevance to those sought (Section II) so that the Government may make a determination that the firm is potentially capable if a future solicitation is released. 4. Specific Information shall detail the respondent's ability to fulfill all capabilities required above V. Response Instructions: Interested parties shall respond with capability statements; no larger than 10 pages (not inclusive of the cover letter) via e-mail in PDF or Word format before 3:00 on July 2, 2024 to Colleen Henry, colleen.henry@ihs.gov. In your response, please use ""IHS-24-SS-06182824�- followed by your organizations name as the subject line. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre?solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non?proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/971df6684e274fdca1d0854f16dc2146/view)
- Place of Performance
- Address: Rockville, MD 20857, USA
- Zip Code: 20857
- Country: USA
- Zip Code: 20857
- Record
- SN07101651-F 20240620/240618230120 (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 |