Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOURCES SOUGHT

99 -- This sources sought announcement is for information and planning purposes only. US Army Information Technology Agency, Data Center (ITA-DC), requires Software Renewal for software Rexxtools/MVS software products.

Notice Date
8/24/2009
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-P-0335
 
Response Due
8/24/2009
 
Archive Date
10/23/2009
 
Point of Contact
Richard White, 703-428-0435
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(richard.white20@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of US Army Information Technology Agency, Data Center (ITA-DC), requires Software Renewal for software that are already installed and operate on the IBM z9 systems located in the Data Center and the IBM z890 system located at their remote site, Discovery Recovery Site. It must be Rexxtools/MVS software products currently licensed by the Army Information Agency. ITA-DC, intends to procure this requirement using 100% HUBZone small business set-aside or using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due August 24, 2009, 12:00 EST NO EXCEPTIONS. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified HUBZone small business concerns. If two or more qualified HUBZone small business concerns are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code511210 with a size standard of $25 Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM, (EST), August 26, 2009. Small business concerns are to outline their experiences in the following: (1) Contractors ability to provide software licenses, maintenance releases, and new software releases for the Rextools/MVS software products. (2) Contractors ability to provide maintenance support for 24 hours per day, 7 days per week, 365/366 days per year including holidays for SAS software maintenance suppport. (3)Contractors ability to provide SAS software maintenance support at the Pentagon in Washington, DC from 01 October 2009 to 30 September 2010. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow? (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to Richard W. White for this procurement. A Firm Fixed price type contract is anticipated. The anticipated period of performance will be delivered within 30 days of date of award. The place of performance will be at the Pentagon, Washington, DC. Contractor personnel will not require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about August 25, 2009 on www.fedbizopps.com. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Richard W. White, at richard.white20@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-P-0335/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN01923397-W 20090826/090825000857-19859ee07336f6592ab2c28b745b8148 (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  © 1994-2020, Loren Data Corp.