SOURCES SOUGHT
70 -- Sopheon Accolade
- Notice Date
- 2/20/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- FY18-NAVAIR-SourcesSought-Sopheon
- Point of Contact
- Vincent Johnson, Phone: 7036015619, ,
- E-Mail Address
-
Vincent.Johnson@jsf.mil,
(Vincent.Johnson@jsf.mil, /div)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought/Request for Information (RFI) notice is issued by the Department of the Navy, Naval Air Systems Command (NAVAIR). This announcement constitutes a Request for Information (RFI) for the purpose of determining market capability of sources or obtaining information. It does not constitute a Request for Proposals (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice. Any formal solicitation that may subsequently be issued will be announced separately through Federal Business Opportunities (FedBizOpps). Information on the specific topics of interest is provided in the following sections of this announcement. NAVAIR is not responsible for any cost incurred by responders in furnishing this information. NAVAIR is conducting market research in accordance with FAR Part 10 to determine whether two or more business sources possess the requisite capabilities to successfully support commercial services for two-hundred (200) Sopheon Accolade software user licenses. Vendors will continue tailored development and upgrade software maintenance services on approved hosting environment, within a commercially available infrastructure and pursuant to Information Assurance (IA) requirements. Potential NAICS Codes 511210 Software Publishers 541511 Custom Computer Programming Services 541512 Computer Systems Design Services In addition, the announcement requests industry comments on how the Government can satisfy its needs, alternative approaches, technology availability and risk, the identification of cost drivers, and suggestions on ways to enhance or sustain competition. This RFI is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and part of market research and will not be shared outside of the Government. When/if the Government issues a Request for Proposal (RFP), interested contractors will be expected to thoroughly address the RFP requirements regardless of the circumstances surrounding this RFI. The objective of this source sought/RFI is to help the Government determine the technical capability and qualifications of companies in meeting the Government's needs for Enterprise Planning/Roadmapping Software which will assist decision makers with dynamic visualization, management, analysis of current and proposed technology development efforts, process management, and data repository. Due to the nature of this requirement, the prospective offeror will need to demonstrate the required level of technical expertise, as well as the ability to fulfill the requirements described in this notice. Interested parties are requested to respond with a capability statement to include the following: 1. A presentation of your organization's relevant knowledge, skills, and abilities particularly in regards to Enterprise Planning/Roadmapping Software. 2. An understanding of the major challenges and tradeoffs to achieving the desired use of commercial Enterprise Planning/Roadmapping Software. 3. Potential solutions to achieve the capability including current the companies Technology Readiness Levels. 4. Provide a detailed discussion of risks to achieving the mission in all relevant environments. 5. Past performance on projects of a similar technology, domain, and/or scope. Responses: Interested firms who believe they are capable of providing the above mentioned services and that meet SECRET clearance requirements are invited to indicate their interest by providing: 1. Company name 2. Company address 3. Cage code 4. Point of Contact to include:  E-mail address Telephone number 5. Facility clearance level 6. Business Size Classification (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc.) 7. Contractors Federal Supply Schedule (FSS) Contract Participation for discounted Commercial Cloud Hosting Services (such as General Services Administration (GSA) contract, NASA SEWP, ESI BPA, etc. IF APPLICABLE) 8. Approximate cost/pricing estimation computed on the basis of available information, including available catalog pricing or past procurements. Interested parties are requested to respond to requested information in this RFI with a capabilities package in Microsoft Word for Office 2010-compatible format. Please limit responses to 25 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Response Deadline and Submissions: Responses are requested no later than 26 February 2018 at NOON EST. Responses shall be submitted via e-mail only to vincent.johnson@jsf.mil. The subject line of the email should read " Commercial Enterprise Planning/Roadmapping Software". Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It should be noted that telephone replies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/FY18-NAVAIR-SourcesSought-Sopheon/listing.html)
- Place of Performance
- Address: TBD, Arlington, Virginia, 22315, United States
- Zip Code: 22315
- Zip Code: 22315
- Record
- SN04828131-W 20180222/180220231310-85033a15de63c6eee1653cd1c2255cc2 (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 |