Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOURCES SOUGHT

70 -- Universal Software AUTOTRANS Renewal - DHQCSD18MPC0034

Notice Date
8/8/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
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
DHQCSD18MPC0034
 
Archive Date
9/13/2017
 
Point of Contact
Dana Rutledge, Phone: 4058558637
 
E-Mail Address
dana.l.rutledge.civ@mail.mil
(dana.l.rutledge.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A Additional Terms Equipment List SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for OC Services Directorate Computing Ecosystem (SEL1-SEL8). CONTRACTING OFFICE ADDRESS: DISA / DITCO Scott (PL83) 2300 East Drive Scott AFB, IL 62225-5406 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. DISA is seeking information for potential sources to procure a Firm-Fixed-Price contract for the renewal Universal Software, Inc. AUTOTRANS Software to be used in the DISA ISC Mainframe environment. 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: HC1028-16-P-0212 Contract Type: FFP Incumbent and their size: Universal Software, Inc, Small Business Method of previous acquisition: Sole Source Universal Software, Inc is the OEM and only source for the AUTOTRANS software and maintenance. Universal Software, Inc owns all proprietary rights to the source code and has not released the product source code to any authorized vendors to sell, lease or maintain. is the OEM and only source for the AUTOTRANS software and maintenance. Universal Software, Inc owns all proprietary rights to the source code and has not released the product source code to any authorized vendors to sell, lease or maintain. is the OEM and only source for the AUTOTRANS software and maintenance. Period of Performance: 10/01/2016 - 9/30/2017 REQUIRED CAPABILITIES: This requirement is to procure a Firm-Fixed-Price contract for the renewal of software maintenance for Universal Software, Inc software AUTOTRANS used in the DISA EIS mainframe environment. Software maintenance includes the receipt of new versions and releases of software products. Period of Performance is 1 October 2017 through 30 September 2018. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $27.5 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) to dana.l.rutledge.civ@mail.mil by August 29, 2017. 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/DHQCSD18MPC0034/listing.html)
 
Place of Performance
Address: Email Delivery to: DISA.MECHANICSBURG.ESD.MBX.CD54-SERVERSW@MAIL.MIL, United States
 
Record
SN04619100-W 20170810/170808233521-988d0aad4d417e7b37de578c7faf4e4d (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.