Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOURCES SOUGHT

70 -- Velocity Software Maintenance - DHQCSD17MPC0171 Justification & Approval

Notice Date
5/24/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
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
DHQCSD17MPC0171
 
Archive Date
6/24/2017
 
Point of Contact
Lisa A. Pregartner, Phone: 7172679227
 
E-Mail Address
lisa.a.pregartner.civ@mail.mil
(lisa.a.pregartner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Annual site license maintenance/support renewal of Velocity Software maintenance for a 1 (one) base year and 4 (four) option years to used in the DISA EIS mainframe environment in Mechanicsburg, PA and Ogden, UT. Software maintenance includes the receipt of new versions and releases of software products. CONTRACTING OFFICE ADDRESS: DISA / DITCO Scott (PL83) 2300 East Drive Scott AFB, IL 62225-5406 This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (to include 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 to procure a Firm-Fixed-Price contract for the renewal of software maintenance for Velocity for 12 months with unlimited technical support to include Velocity product zTUNE quickly resolves z/VM and Linux on System z performance problems. zTUNE identifies problems in z/VM and Linux on System z running under z/VM, and provides corrective recommendations when possible. ESALPS/zVPS includes zTCP, zMON, zVWS and zMAP. zVPS collects and analyzes data from your Linux servers, network, and z/VM systems in a consistent and integrated format. Data is continually collected, presented in real-time, and stored in a single performance database. Automatic analysis triggers alerts when exceptions occur. Reports are generated for long-term trend analysis and capacity planning. 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-0182 Contract Type: FFP Incumbent and their size: Velocity Software Inc. Small Business Method of previous acquisition: Sole Source Velocity Software Inc is the OEM and only source for the Velocity Software z/VPS Software Maintenance. Velocity Software Inc owns all proprietary rights to the source code and has not released the product source code to any authorized vendors to sell, lease or maintain. is the OEM and only source for the z/VPS Software Maintenance as a Product (includes zMAP, zMON, zTCP and zVWS)on HOST 09. 1-6 IFLs software and maintenance. Period of Performance: 8/14/17-8/13/22 one (1) year base and four (4) one-year option periods. REQUIRED CAPABILITIES: This requirement is to procure a Firm-Fixed-Price contract for the renewal of software maintenance for Velocity Software z/VPS Software Maintenance used in the DISA EIS mainframe environment in Mechanicsburg, PA and Ogden, UT. Software maintenance includes the receipt of new versions and releases of software products. Period of Performance is 14 August 2017 through 13 August 2022. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $25.5 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 52.229-14). 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 June 9, 2017 10:00 AM Eastern Daylight Time (EDT) to Lisa.A.Pregartner.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. Documentation should be in bullet format. 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/DHQCSD17MPC0171/listing.html)
 
Place of Performance
Address: 5450 Carlisle Pike, Bldg 309, DECC Mechanicsburg, Mechanicsburg, Pennsylvania, 17055, United States
Zip Code: 17055
 
Record
SN04521395-W 20170526/170525000037-4c4222935abbf04775459cd8243005e5 (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.