Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOURCES SOUGHT

70 -- Polyworks SW Maintenance Renewal - Sources Sought

Notice Date
5/16/2017
 
Notice Type
Sources Sought
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
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
N4523A17MP00239
 
Archive Date
6/21/2017
 
Point of Contact
Dana Rutledge, Phone: 4058558637
 
E-Mail Address
dana.l.rutledge.civ@mail.mil
(dana.l.rutledge.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List J&A SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for Pearl Harbor Naval Shipyard (PHNS) Building 167-5 JBPHH, HI 96860 And Puget Sound Naval Shipyard (PSNS) Bldg. 850-A, 5th floor 1400 Farragut Ave. Bremerton, WA 98314 CONTRACTING OFFICE ADDRESS: DISA/DITCO/ PL8333 2300 East Drive Building 3600 Scott Air Force Base, Illinois 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA is seeking information for potential sources for the renewal of existing subscriptions for software that is currently used by Pearl Harbor Naval Shipyard & IMF (PHNS) and Puget Sound Naval Shipyard (PSNS). Polyworks/Modeler software is a software solution for creating accurate and smooth polygonal models. This software features high quality polygonal model generation for polygonal manufacturing applications such as 3 axis and 5 axis milling, aerodynamic simulation and digital review. The software is used for 3D scanning, reverse engineering, design, inspection and digital manufacturing. 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: HC1028-16-P-0021 Contract Type: FFP Incumbent and their size : 3D Infotech, Inc (small business) Method of previous acquisition: sole source Maintenance & Support for Polyworks/Inspector Premium + Modeler Premium including IMInspect, IMEdit, IMAlign, Real-Time Meshing/IMMerge, NURBS Surfacing, IGES and STEP Node-locked License Period of performance 7/1/17-6/30/18 Puget Sound Naval Shipyard ((PSNS) Option: Maintenance & Support for Polyworks/Inspector Premium + Modeler Premium including IMInspect, IMEdit, IMAlign, Real-Time Meshing/IMMerge, NURBS Surfacing, IGES and STEP Node-locked License Period of performance 12/5/17-6/30/18. Pearl Harbor Naval Shipyard REQUIRED CAPABILITIES: a) Purchase of any other product will cause significant impacts to ship repair work, as the software must be tested before use and a new installation package set up before it can be released. The renewal of existing Polyworks/Modeler subscriptions will allow shipyard personnel to continue day to day operations without having any break in software operations. If Polyworks/Modeler Software subscriptions are not renewed alternative software would have to be purchased and installed. Users would have to be trained on new software and existing projects that are formatted and saved on Polyworks/Modeler Software would have to be converted to the new software or reworked form the beginning. Award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency’s requirements. b) Any software loaded on to the shipyard network is required to be maintained. If the software is not maintained, it would have to be de-installed and the shipyard would not be able to use. Polywork software has been used by the Navy for several years. Since FY 12 the Government has invested in excess of $XX in the current solution. Award to any other source would not be possible, as 3D Infotech is the only source that can provide the required maintenance. c) This requirement is for proprietary products and/or product support and no competitor functional replacement products exist in the market at this time to meet the Government's need. The Government will continue to conduct market research to determine if there are changes in the market place that would enable future competitive actions, i.e. there are similar products and/or product support in the marketplace that provides the same functionality, the original equipment manufacturer releases ownership rights of product, or it is economically feasible to procure a new system. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811212, with the corresponding size standard of $27.5 million. 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 12:00 PM Eastern Daylight Time (EDT) to dana.l.rutledge.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 RFI 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/N4523A17MP00239/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, Building 850-A, 5th Floor, 1400 Farragut Ave, Bremerton, WA 98314, James Nilsen, 360-476-0821, james.nilsen@navy.mil; DODAAC N4523A, (Option CLIN), Pearl Harbor Naval Shipyard, Building 167-5, JBPHH, HI 96860, Rhonda C. Rivera-Among, (808) 473-8000 x 4210, rhonda.rivera-among@navy.mil, DODAAC N32253, United States
Zip Code: 32253
 
Record
SN04510233-W 20170518/170516234517-ea35eb16d363b14a1deea5b095fd5b94 (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.