Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOURCES SOUGHT

70 -- License Management Tracking Software

Notice Date
5/6/2025 10:01:15 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H701-25-Q-00030
 
Response Due
5/16/2025 12:00:00 PM
 
Archive Date
05/31/2025
 
Point of Contact
Colleen Henry, Phone: 2404633813
 
E-Mail Address
colleen.henry@ihs.gov
(colleen.henry@ihs.gov)
 
Description
75H701-25-Q-00030 Sources Sought: License Management Tracking Software The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. SUMMARY OF SCOPE In support for the mission of Indian Health Service (IHS), the Office of Environmental Health and Engineering (OEHE) manages a large software portfolio containing product licenses from multiple vendors. As both the user base and license amounts increase, the need for software that allows administrators to actively and effectively monitor and manage the OEHE license portfolio use has become critical to efficient program management. An on-premise server solution utilizing perpetual license(s) to meet the following objectives: Monitor and produce reports on current and historical license usage by, at a minimum, user, computer, and software version for enterprise concurrent use licenses managed by OEHE. Data to be used for portfolio management and better understand license usage by IHS Area. These currently include Autodesk and ESRI products utilizing on-premise license servers. Receive highwater and low water concurrent use alerts. Remote access to the monitoring software for a minimum of five IHS users. Perform license harvesting with autosave. Data to be used for portfolio management. Deliverables: Provide the following within 7 calendar days of contract award unless otherwise specified below or alternate schedule approved in writing with the contracting officer, contracting officer representative, and/or project manager/IT support. Software and license Installation and deployment support Up to two hours of virtual training for up to 10 IHS staff on how to use tracking and reporting software within the first 30 calendar days Technical assistance support as needed for the duration of the period of performance Period of Performance: Base year: Award- 365 days Option Year One: 365 days Option Year Two: 365 days Option Year Three: 365 days Option Year Four: 365 days The type of work to be performed will be categorized under PSC code 7H20-IT and Telecom Platform products, database, mainframe, middleware and NAICS code 513210 Software Publishers with a size standard of $47M. RESPONSES - SUBMITTAL Responses to this notice must be emailed to Colleen Henry at colleen.henry@ihs.gov and must be received no later than 3:00 PM (EST) May 16, 2025. Interested parties shall respond with capability statements that document the firm�s ability to complete the requirements identified in the �Summary of Scope�, no larger than 10 pages (not inclusive of the cover letter) via email in PDF or Word format. In your response, please use 75H701-25-Q-00030 followed by your company�s name in the subject line. Please include the following: Company Information: Company name, website, physical address, SAM UEI code Point of Contact: Contact name, phone number, and E-mail address If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No Type of Business: Native American-owned (IEE/ISBEE), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. GSA Schedule # (if available) Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise�s Department of the Interior, Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. ADDITIONAL INFORMATION: Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation. All information received in response to this source sought that is marked proprietary will be handled accordingly. Documents and/or information other than what is requested will not be reviewed. Information submitted beyond what is requested will not be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. QUESTIONS: Questions regarding this sources sought may be emailed to Colleen Henry at colleen.henry@ihs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77081db70f524198981b38b4f16474d8/view)
 
Place of Performance
Address: Rockville, MD, USA
Country: USA
 
Record
SN07433396-F 20250508/250506230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.