SOURCES SOUGHT
70 -- Password Policy Enforcement (PPE) software - Item List
- Notice Date
- 3/1/2012
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
- ZIP Code
- 80914-1385
- Solicitation Number
- F3LNHA2018AC02
- Archive Date
- 3/22/2012
- Point of Contact
- Ashley Taylor, Phone: 7195564886
- E-Mail Address
-
Ashley.Taylor.2@peterson.af.mil
(Ashley.Taylor.2@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Required salient characteristics PPE software must meet. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. A Government requirement for this software is being developed, and a contract may or may not result. The information requested by this sources sought will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this sources sought are cautioned that this is not a Request for Quote (RFQ). Any formal Request for Quote will be announced separately. The 21st Contracting Squadron is searching for vendors that can provide a 50,000 User Enterprise License, including unlimited domain licenses, for Password Policy Enforcement (PPE) software at Peterson AFB, Colorado Springs, Colorado. Please see attached draft Itemized Listing for a full description of the requirement. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 511210, Software Publishers. The size standard for NAICS 511210 is $25M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar items offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. In addition to the above information, interested parties are requested to submit a capabilities statement limited to a total of five pages which address the following areas: 1. Company Information: Name, address, telephone number, point of contact names, and e-mail addresses, CAGE Code and DUNS number. 2. Brief description of qualifications that demonstrates the capability to meet this requirement. 3. Identify any additional information needed to submit a quotation that is not currently listed in this notice. 4. Submission Information. Your submission must be clear, concise, complete, and be submitted by 4:00 pm MST 07 March 2012 via email to ashley.taylor.2@peterson.af.mil. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the sources sought will not be returned. Not responding to this sources sought does not preclude participation in any future RFQ, if one is issued. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/F3LNHA2018AC02/listing.html)
- Place of Performance
- Address: Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02687223-W 20120303/120301235504-2aa182c818faf050d17ce0f777d3c7d4 (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 |