Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

70 -- WebMethods

Notice Date
7/22/2009
 
Notice Type
Sources Sought
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, ASC/PKWBldg. 16, Rm. 1282275 D StreetWright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8604-09-Q-7508
 
Response Due
7/28/2009
 
Archive Date
8/27/2009
 
Point of Contact
Travis McCullough, 937-656-7475<br />
 
E-Mail Address
travis.mccullough@wpafb.af.mil;
(travis.mccullough@wpafb.af.mil;)
 
Small Business Set-Aside
N/A
 
Description
HP Equipment for WebMethods Production The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the effort described herein. Defense Automatic Addressing Systems Center (DAASC) at Wright-Patterson AFB, OH is seeking sources to provide: Request to purchase new Hewlett-Packard blade servers, Symantec Veritas Software, BMC Performance Manager software, Oracle Real Application (RAC) Software, Red Hat Enterprise Linux operating system, HP ServiceGuard and Sun StorageTek disk drives for the webMethods Staging environment to complete a requirement for a highly available, secure hardware implementation for the webMethods environment located at the Defense Automatic Addressing System Center (DAASC) Tracy, CA. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this shall submit the following information to: Travis McCullough, email Travis.McCullough@wpafb.af.mil. Response Date: 28 Jul 09 5:00 p.m. EST either by email (above) or postal Travis McCulloughTravis.McCullough@wpafb.af.mil ASC/PKEIS2275 D Street Bldg. 16 Rm. 128Wright-Patterson AFB, OH 45433Com: (937)656-7475 DSN:986-7475 Required Submittal: Contractors must submit, by the due date listed above, the following: 1.Company Information to include:a.Points of contact, addresses, email addresses, phone numbersb.Identification as a large U.S. business, small U.S. business, or a foreign business. 2.A summary of your related capabilities information based upon the Contractor Experience required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements. Limit responses to a total page limit of 5 pages. Each page shall be formatted for 8 " x 11" paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file.3.Provide no more than five contract history matrices for any contract relevant to this effort. (Include information ONLY for work within the last three years) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.)a.Company/Division Nameb.Program Titlec.Contracting Agencyd.Contract Numbere.(e) A brief description of the contract effort, indicating whether it was development and/or productionf.Type of Contractg.Period of Performanceh.Original Contract $ Value and Current Contract & Valuei.Original Completion Data and Current Completion Datej.Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO).4.Organizational Conflict of Interest (OCI): Provide your approach to OCI avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit.5.Any other information you think we need to evaluate your capabilities. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Contractor Experience: The DAASC project focuses on the eventual replacement of the Global Exchange (GEX) GOTS software with the webMethods, highly available, secure hardware solution. This will provide greater support to the warfighter by ensuring that critical applications are kept current with technology, available 24x7, 365 days per year and provides the best value to the government through transaction monitoring/processing technologies and is a high priority for DoD.DAASC urgently needs a contractor able to respond to critical program requirements within weeks for support of upcoming tasks funded under the new contract. This work requires a contractor with experience in DoD organizations and missions, and, more importantly, with the DAASC Project. The critical nature of the program prevents DAASC from accepting any interruption in support or discontinuation of experience. Due to the aforementioned, there will be no transition time allowed upon the award of the contract. Respondents are requested to provide a brief description of their team's capability and approach to supplying the Draft BOM. Address briefly how you/your team will perform this work. Please demonstrate your companies capability to deliver hardware and software materials to the delivery location in the time allotted in the awarded contract. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the offeror's experience. Contract Details: This acquisition will be open to all type businesses, meeting the Contractor Experience criteria, using commercial buying procedures. Commercial items and non-developmental items are procured under FAR Part 12 procedures. Firm Fixed Price (FFP) type pricing arrangement will be utilized. NAICS Code is 334119. Size standard is 1,000 employees. We will utilize the Best Value technique of Lowest Price Technically Acceptable (LPTA) to make a Best Value Award decision. CCR Registration: http://www.ccr.gov/Start.aspx If you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR. It is advisable to begin registration now. For more information on "WebMethods", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6202
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-09-Q-7508/listing.html)
 
Record
SN01884202-W 20090724/090723000234-07d588632123b1ac36512e3cb988755f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.