Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOURCES SOUGHT

D -- NIST Acquisition Management Tool Development/Enhancements

Notice Date
7/28/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
AMDTC-17-0023
 
Archive Date
8/23/2017
 
Point of Contact
Keith Bubar, Phone: 3019758329
 
E-Mail Address
keith.bubar@nist.gov
(keith.bubar@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice ONLY. Requests for copies of a solicitation will not receive a response. This Notice is for planning purposes only and is not a Request for Proposal or Request for Quotation or an obligation on the part of the National Institute of Standards and Technology (NIST) for conducting a follow-on acquisition. NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information. NIST recognizes that proprietary components, interfaces and equipment, and clearly mark restricted or proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background: NIST seeks information on vendors that are capable of providing software development services to modify an existing ServiceNow based acquisition management/reporting program to incorporate needed modifications and enhancements. The current software program was designed as a proof of concept to report status on acquisitions under $150K. The future requirement is to incorporate needed management modifications and enhancements to cover all types of acquisitions at all values. It is NIST's intent to find a software developer to work closely with program management and acquisition professionals to identify, incorporate, test, and implement a revised ServiceNow based acquisition management tool. Interested parties shall describe the capabilities of their organization as it relates to the services and topics described above. NIST is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, is 541511, with a size standard of $27.5M. Please include your company's size classification and socio-economic status in any response to this notice. After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a contract. Companies that can provide such services are requested to email a written response describing their abilities to keith.bubar@nist.gov no later than the response date for this sources sought notice. The following information is requested to be provided as part of the response to this sources sought notice: 1.Name, Address, DUNS number, CAGE code, and point of contact information of your company. 2.Any information on the company's small business certifications, if applicable. 3.Description of your company's capabilities as they relate to the services described in this notice, and as they relate to use of the agile methodology for software development with ServiceNow. 4.A description of your company's previous experience providing the services described in this notice, and any ServiceNow service provider certifications. 5.Indication of whether the services described in this notice are currently offered via your company's GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles. 6.Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Responses are limited to a total of eight (8) pages in length, not including a cover page. The responses must be in MS Word format. Pages shall be 8½-inch x 11-inch, using Times New Roman 11 Point Font. Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1" margin space.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMDTC-17-0023/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN04603143-W 20170730/170728232229-61fe1a2f71ba352aa1a1c1fb10363432 (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.