Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2019 FBO #6279
SOURCES SOUGHT

D -- AFICA PACAF GCCS Oracle Premier Support for Systems

Notice Date
1/30/2019
 
Notice Type
Synopsis
 
NAICS
511210 — Software Publishers
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
N/A
 
Solicitation Number
FA521519Q7001
 
Response Due
2/19/2019
 
Point of Contact
Patrick Heppard, Mr., Phone 8084714632, - Jacob Davis , TSgt, Phone 8084714252
 
E-Mail Address
patrick.heppard@us.af.mil, jacob.davis.3@us.af.mil
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for PACAF/GCCS Oracle Premier Support for Systems This Sources Sought (SS) is issued by the Air Force Installation Contracting Agency (AFICA), 766th Specialized Contracting Squadron, Strategic Acquisitions Flight (766 SCONS/PKZ). This is not a Request for Quote (RFQ). No contract award will be made on the basis of any response(s) to this notice. PURPOSE: The purpose of this notice is to conduct market research for a known agency requirement and seek industry comments in response to the Draft Statement of Objectives (SOO) attached. The results of this SS will be used as an effort to obtain competition, identify qualified potential sources, and promote full and open competition to the maximum extent practicable in accordance with (IAW) FAR 16.505, FAR 19, FAR 10, FAR 8, FAR 6, FAR 5, and the Competition in Contracting Act (CICA), 41 U.S.C. 253. DEPARTMENT OF DEFENSE ENTERPRISE SOFTWARE AGREEMENTS: IAW DFARS 208.74 the contracting officer shall fulfill requirements for commercial software and related services, such as software maintenance, in accordance with the DoD Enterprise Software Initiative (ESI). The contracting office reached out to the Air Force blanket purchase agreement holder of Oracle and received notification that the requested product was not available through the agreement. NOTICE OF INTENT TO UTILIZE NETCENTS-2 PRODUCT CONTRACT VEHICLE: IAW AFMAN 17-1203 sections 2.2.1 and 3.2.1 the NETCENTS-2 Products contract is mandatory for the purchase or lease of network centric products for USAF customers. On 17 Jan 19 NETCENTS Customer Support determined the requirement to be within scope of NETCENTS-2 Products. Sources Sought will determine other viable procurement options if NETCENTS-2 Product vendor pool cannot provide solutions to the requirement. TOTAL AND PARTIAL SMALL BUSINESS SET ASIDE: The contracting officer will use the responses received from this notice to determine if a total small business set-aside is appropriate. The Contracting Officer must determine if there is a reasonable expectation meeting IAW FAR 19.502-1 of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery. IAW FAR 19.102(f)(2) the contracting officer needs to make the determination if small businesses can meet non-manufacturer guidelines of providing at least 50% of the cost manufacturing the supplies (not including the cost of materials) or acquire through a small U.S. owned business that manufactured 50%. OTHER THAN FULL AND OPEN COMPETITION: IAW FAR 6.302-1(a)(2)(iii)(A) the contracting officer is expected to limit competition to only vendors able to provide brand name Oracle Premier Support for Services and Solaris 10 Extended Support. EXCEPTION TO FAIR OPPORTUNITY: IAW FAR 16.505(b)(2)(i)(B) Contracting officers are expected to limit competition to vendors able to provide brand name Oracle Premier Support for Services and Solaris 10 Extended Support when viable through a multi-award government-wide acquisition contract. PROCUREMENT HISTORY: Award Date: 21 April 2017; Acquisition type: Other Than Full and Open; Contract Vehicle: NETCENTS, Contract number: FA5215-17-F-8012; Contractor: Sterling Computers Corp.; CAGE: 06AP0; The contract includes maintenance support for eighteen (18) servers across nine (9) permanent locations: Andersen AFB, Guam, USA; Joint Base Elmendorf Richardson, Alaska, USA; Wheeler AF, Hawaii, USA; Joint Base Pearl Harbor Hickam, Hawaii, USA; Kadena AB, Japan; Misawa AB Japan; Yokota AB, Japan; Kunsan AB Republic of Korea; Osan AB, Republic of Korea; Award Date: 3 April 2015; Acquisition type: Other Than Full and Open; Contract Vehicle: DoD ESI, Contract number: FA5215-15-F-0009; Contractor: Alliance Technology Group.; CAGE: 1YBR8; The contract includes maintenance support for eighteen (18) servers across nine (9) permanent locations: Andersen AFB, Guam, USA; Joint Base Elmendorf Richardson, Alaska, USA; Wheeler AF, Hawaii, USA; Joint Base Pearl Harbor Hickam, Hawaii, USA; Kadena AB, Japan; Misawa AB Japan; Yokota AB, Japan; Kunsan AB Republic of Korea; Osan AB, Republic of Korea; DESCRIPTION OF SUPPLY: The government has a requirement for supplies in support of the United States Air Force, Headquarters Pacific Air Forces (PACAF), Mission Systems Branch (A3/6CC), Command and Control (C2) Mission Systems. The Oracle Premier Support for Systems and Solaris 10 Extended Support for PACAF' Global Command and Control System (GCCS) servers provide updated software and hardware protection allowing the GCCS to be functional and operational as a mission assurance category 1 C2 posture system on SIPRNET. ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be a Firm Fixed Price contract. Period of Performance will be one (1) 12 month base period year. CONTRACT AWARD DATE: On/about 26 April 2019 INDUSTRY EXCHANGE IAW FAR 13.104 The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies at reasonable prices, and increase efficiency in quote preparation, quote evaluation, and contract award. The sections below are included to help facilitate these exchanges. INFORMATION REQUESTED: At a minimum, potential offerors shall provide complete/sufficient responses to questions below. The Contracting Officer will deem incomplete/insufficient responses received from potential offerors unacceptable. As a result, potential offeror's submission lacks the capability to be determined "responsible" to perform this requirement. 1. Company Information: Name, address, telephone number, point of contact name(s), e-mail address (es), DUNS and CAGE code. BUSINESS SIZE STANDARD: Interested sources shall identify its business size standard based on the primary North American Industrial Classification System (NAICS) code of 511210 - Software Publishers. Product or Service Code (PSC) D319 - IT and Telecom- Annual Software Maintenance Service Plans. 2.What multi-award government-wide acquisition contract are you on and would be able to procure the supply through? Examples are Army Computer Hardware Enterprise Software and Solutions (CHESS), NASA Solutions for Enterprise-Wide Procurement (SEWP), and General Services Administration (GSA) Advantage. If you are on NETCENTS-2 Product's multiple award contract vehicle, please answer via the NETCENTS-2 Product Sources Sought posting. 3. SOO Review: IAW FAR 13.104, the SOO has been provided to improve the understanding of the requirement and enhance the ability of the government to obtain quality supply. The government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Any changes to the Draft SOO will be at the discretion of the Contracting Officer. 4. If a small business, provide supporting information of providing at least 50% of the cost manufacturing the supplies (not including the cost of materials) or acquire through a small U.S. owned business that manufactured 50%. 5. Identify any risks anticipated. Discuss options to mitigate those risks. The Contracting Officer will review and consider all responses and/or questions received. RESPONSES: All submissions for this notice shall be submitted in email to patrick.heppard@us.af.mil and jacob.davis.3@us.af.mil. Submissions through email shall reference the proper subject - Sources Sought Reponse for PACAF GCCS Oracle Premier Support for Systems. Please, provide clear, concise, and complete answers via e-mail NO LATER THAN 8:00am HST on February 19, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/95ee7e8db31a8cf4009c970895d70ecb)
 
Place of Performance
Address: JBER, Alaska, USA; Kunsan AB, Republic of Korea; Osan AB, Republic of Korea; Yokota AB, Japan. JBER, AK
Zip Code: 99506
Country: US
 
Record
SN05206764-F 20190201/190130230013 (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.