Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

70 -- SEER Software - Bill of Materials

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F4FFAK8284A001
 
Archive Date
12/1/2018
 
Point of Contact
Kathryn Skaleski, Phone: 9376567522
 
E-Mail Address
kathryn.skaleski@us.af.mil
(kathryn.skaleski@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bill of Materials This is a Sources Sought Synopsis which serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION. This sources sought synopsis is issued solely for information and planning purposes. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources. The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the effort described herein to provide: Maintenance, updates and support, and training for organizational SEER-H and SEER-SEM Estimator Edition software product site licenses currently used by Air Force Materiel Command (AFMC) and the Air Force Cost Analysis Agency (AFCAA). Maintenance, updates and support can be defined as including (but not limited to) unlimited telephone technical support, web and email support, and new software releases and enhancements released during the period of performance. Training can be defined as including (but not limited to) one (1) on-site Core SEER Workshop and one (1) on-site Advanced SEER Workshop (for up to 20 students per workshop) and five (5) seats at a SEER Public Workshop during each fiscal year of the contract. If a contractor believes that they have the capability and are qualified to meet the government's requirement, please respond to this Sources Sought Synopsis with a capabilities package. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information: 1. Name of Company 2. Address 3. Point of Contact (to include phone number and email address) 4. Recent, relevant experience in all areas should be provided 5. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone) 6. Company Size and CAGE code 7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership) The National American Industry Classification System (NAICS) code for this action is 511210. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. This is an INDUSTRY NOTIFICATION and is for information purposes ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 5:00pm EST on 16 November 2018 and emailed to Kathryn Skaleski at email: kathryn.skaleski@us.af.mil. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the assessment results.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FFAK8284A001/listing.html)
 
Place of Performance
Address: 4375 Chidlaw Road, Suite N233, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05146501-W 20181109/181107230850-def375d765e0a7a007f3b0d1f6997a79 (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  © 1994-2020, Loren Data Corp.