Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOURCES SOUGHT

70 -- SW Maintenance Renewal for CAMS - J&A

Notice Date
12/4/2015
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD16MPC0125
 
Archive Date
1/8/2016
 
Point of Contact
Dana L. Rutledge, Phone: 4057345371
 
E-Mail Address
dana.l.rutledge.civ@mail.mil
(dana.l.rutledge.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Implementation and Sustainment (ISC), IML24 CONTRACTING OFFICE ADDRESS: DISA/DITCO PL833 1 Overcash Ave, Bldg 12 Chambersburg, PA 17201 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The DISA is seeking information for potential sources to procure a Firm-Fixed-Price contract for brand name Cams software maintenance renewal for Cams Policy Server Unlimited concurrent user license (production) (2 each) and Cams Web Agent license (production) (3 each). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-15-P-0050 Contract Type: FFP Incumbent and their size: Sole Source to SB, Cafesoft, LLC, Small Business Method of previous acquisition: Sole Source to SB Provide Brief description of the current program/effort. This requirement is to procure a Firm-Fixed-Price contract for brand name Cams software maintenance renewal for Cams Policy Server Unlimited concurrent user license (production) (2 each) and Cams Web Agent license (production) (3 each). Funding document is provided as a Military Interdepartmental Purchase Request (MIPR). Software maintenance for Cams Policy Server unlimited concurrent user license (production) 2 each) and Cams Web Agent license (production) (3 each). List Period of Performance. 02/01/2015 - 01/31/2016 REQUIRED CAPABILITIES: Cams is a secure web single sign-on software that centralizes user authentication, access control, administration, and logging. Cams provides security for resources that are hosted on all leading web and J2EE application servers including Apache, Microsoft, IIS, BEA WebLogic, IBM WebSpehere, JBoss, Oracle 9iAS, and Tomcat. Resources protected by Cams can reside on the corporate intranet, an extranet or the internet. Cams software is identified by make and model in order to maintain technical compatibility with the current DISA standards, to support the requirements of the DISA specific security architecture standards, to support the current server environment, and to provide customer support within these specifications. Cams is required by the Unclassified Information Sharing System (UISS) developers for the customized single sign-on (SSO). This software will provide account management, password management, and SSO for all tools and services available in the All Partners Access Network (APAN) application. List Anticipated Time Frame if you know it: PoP: 1 February 2016 through 31 January 2017. SPECIAL REQUIREMENTS None SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210, with the corresponding size standard of $38.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 12:00 PM Eastern Daylight Time (EDT) on 12/24/2015 to dana.l.rutledge.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD16MPC0125/listing.html)
 
Place of Performance
Address: Email Delivery to: DISA.MECHANICSBURG.ESD.MBX.CD54-SERVERSW@MAIL.MIL, United States
 
Record
SN03961252-W 20151206/151204234456-f2c6f8ea026ec6ddc2b59645adbfafa2 (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.