Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOURCES SOUGHT

D -- Computer Aided Dispatch (CAD) System Hardware/Software Maintenance

Notice Date
9/18/2015
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124715T0354
 
Response Due
9/23/2015
 
Archive Date
11/17/2015
 
Point of Contact
Scott Bertacini, 910-907-4747
 
E-Mail Address
MICC Center - Fort Bragg
(scott.r.bertacini.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS ONLY A SOURCES SOUGHT NOTICE. The U.S. Government currently intends to award a contract for Computer Aided Dispatch (CAD) System Software and Hardware Maintenance on an SOLE SOURCE basis, but is seeking contractors who may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source will be awarded as a Firm-Fixed-Price contract to Intergraph Government Solutions for Computer Aided Dispatch (CAD) System Software and Hardware Maintenance. The statutory authority for the sole source procurement is FAR 13.501(a)(1) as it is believed that only Intergraph Government Solutions (IGS) has the knowledge, ability, and resources to perform maintenance on their proprietary system software. Attached is the draft Performance Work Statement (PWS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited quotes or proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 511210, quote mark Software Publishers. quote mark Size Standard - $38,500,000. In response to this sources sought, please include the following: 1. Identify any condition(s) or action(s), which may adversely affect unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Provide a description of the requirement; state that the requirement is a sole source synopsis to Intergraph Government Solutions (IGS); provide the MICC POCs associated with the requirement; and provide the specific aspects, which unreasonably restrict competition and the rationale for such conclusion. 2. Provide name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, NAICS code, business size identification (large business or small business), and if applicable, a statement regarding small business status, to include socio-economic status/certifications(s), such as, SDB, 8(a), HUBZone, SDVOSB, or WOSB. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor. If subcontracting, identify any joint ventures or teaming arrangements. 4. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, which will facilitate in making a capability determination. Contractor shall clearly demonstrate they have the proper publisher license agreements and/or partnerships, training, and the ability to obtain replacement parts to work on the Intergraph Government Solutions (IGS) Computer Aided Dispatch (CAD) System. 5. Provide information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, and warranties. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Provide recommendations to improve the Army's approach/specifications/draft Performance Work Statement and Performance Requirements Summary for acquiring the identified items/services. Please provide these responses, via email, no later than close of business on 23 September 2015. The points of contact for this sources sought synopsis are: Scott Bertacini Contract Specialist scott.r.bertacini.civ@mail.mil Eduardo E. Savory Contracting Officer eduardo.e.savory3.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae2a8e8e575af466328b216ab3ba90b3)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03893539-W 20150920/150918235441-ae2a8e8e575af466328b216ab3ba90b3 (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.