Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOURCES SOUGHT

70 -- New River Kinematics Spatial Analyzer Software Support

Notice Date
7/21/2016
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
N4215816MP60172
 
Archive Date
8/20/2016
 
Point of Contact
Kelsie Netemeyer, Phone: 6182299442
 
E-Mail Address
kelsie.l.netemeyer.civ@mail.mil
(kelsie.l.netemeyer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for New River Kinematics Spatial Analyzer Software Support. CONTRACTING OFFICE ADDRESS: DISA Defense Information Technology Contracting Organization (DITCO) 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses to provide the required products and/or services. The Navy is seeking information for potential sources for the renewal of Kinematics Spatial Analyzer software support. The Kinematics Spatial Analyzer software is a traceable metrology 3D graphical software platform that can simultaneously communicate to virtually any number and type of dimensional measurement system. It is utilized by various shops and codes, including structural, machine shop, sheet metal, temporary services and nuclear codes., These activities take place at the Naval Shipyards and various off-station sites. The Kinematics Spatial Analyzer software is also used by the Naval Shipyards to operate various measurement tools and to analyze the data obtained and is unique in that it is used to operate Shipyard Production and measurement instruments no matter who manufactured them. The Kinematics Spatial Analyzer software is the Navy standard for use with portable industrial metrology equipment. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-15-P-0208 Contract Type: Firm-Fixed-Price, Open Market Incumbent and their size: New River Kinematics Inc./ Small Business Method of previous acquisition: Sole Source This requirement is for software support of the established New River Kinematics Spatial Analyzer software product line. All of the Kinematics products utilized assist the Navy with utilize existing Navy Portable Coordinate Measurement Equipment devicesto support existing laser scanners, laser trackers, gage arms, romer arms, total stations and videogrammetry. These systems are utilized for catapult alignment, submarine and surface ship hull work, weapon system inspection, nuclear jobs, manufacturing and overhauling parts for nuclear submarines, and other inspection activities.. The Navy is anticipating soliciting a sole source contract to procure the New River Kinematics software support. Responders to this Sources Sought are asked to provide a capability statement to provide the required Kinematics Spatial Analyzer software support, which shall be considered by the agency. The anticipated period for obtaining the required software is the month of August, 2016. Norfolk Naval Shipyard Building 74-2 Portsmouth, Virginia 23709-5000 Pearl Harbor Naval Shipyard 667 Safeguard Street, Suite 100 Pearl Harbor, Hawaii 96860-5033 Portsmouth Naval Shipyard Building 170, 6th floor Portsmouth, New Hampshire 03804-5000 Puget Sound Naval Shipyard 1400 Farragut Avenue Bremerton, Washington 98314-5001 REQUIRED CAPABILITIES: The Navy requires licensing and support of their current brand-name Kinematics Spatial inventory. Responders should describe their experience providing Kinematics mainframe software support. SPECIAL REQUIREMENTS None. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210, with the corresponding size standard of $38,500,000.00. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, 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) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. 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. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, 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.) Vendors who wish to respond to this should send responses via email NLT August 5, 2016 4:00 PM Eastern Daylight Time (EDT) to kelsie.l.netemeyer.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. 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 sources sought 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/N4215816MP60172/listing.html)
 
Place of Performance
Address: See Above, United States
 
Record
SN04192290-W 20160723/160722000449-3bb23c4d3012618ff057ed40ee567377 (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.