Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
SOLICITATION NOTICE

D -- EMC Documentum Software Maintenance - SOW

Notice Date
12/1/2017
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
PANHES-18-P-0000-013582
 
Point of Contact
Elizabeth Crim Tedrow, Phone: 5406673409
 
E-Mail Address
elizabeth.c.tedrow@usace.army.mil
(elizabeth.c.tedrow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO. PANHES-18-P-0000 013582 NOTICE TYPE Request for Information (RFI) SYNOPSIS The U.S. Army Engineering and Support Center, Huntsville (CEHNC), in support of The U.S. Army Publishing Directorate (APD), intends to award a contract for the renewal of an annual maintenance subscription and enhanced software support renewal for EMC Documentum software in accordance with the attached Statement of Work (SOW). This award would include one twelve (12) month base, and four (4) twelve month option periods. This RFI is not a request for competitive quotations; however interested parties who believe they can meet the requirements as described in the SOW (attachment 1), are invited to submit an informal quote in writing, including details around price, quantity and product description per the Bill of Materials (BOM) outlined in the SOW. All submissions will be considered, however there is no guarantee that submissions, in response to this notice, will in any way alter the Government's acquisition strategy. RESPONSES Please provide responses to this notice NLT 5:00 PM EST, 8 December 2017 via email to the POC listed below. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will be considered solely for market research purposes only. The anticipated North American Industry Classification System (NAICS) code is 511210 - Software Publishers, which has a size standard of $38.5 million. This RFI is requesting responses to the following criteria ONLY from all sources that can provide the required services under the anticipated NAICS Code. To assist HNC in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFI, 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) concerns. 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. The small business set aside requirement for the proposed NAICS code 511210 is $38.5 million. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product, to include the Army's Computer Hardware, Enterprise Software, and Solutions (CHESS), 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.) Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to deliver the requirements listed in the SOW and BOM. 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. All parties are also encouraged to submit comments and/or suggestions in response to the requirements in the attached SOW. POINT OF CONTACT Elizabeth.C.Tedrow@usace.army.mil ATTACHMENTS 1. Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/PANHES-18-P-0000-013582/listing.html)
 
Record
SN04754753-W 20171203/171201231330-8129652ee84f74908b77b9248e0c6b4c (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.