Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

70 -- Immersive Terf Dedicated Hosting Servers and Maintenance

Notice Date
12/17/2019 12:01:22 PM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D20Q0063
 
Response Due
12/20/2019 5:00:00 AM
 
Archive Date
01/04/2020
 
Point of Contact
James D. Gnagie, Phone: 5026244216, Melody A. Price, Phone: 5026243513
 
E-Mail Address
james.d.gnagie.civ@mail.mil, melody.a.price8.civ@mail.mil
(james.d.gnagie.civ@mail.mil, melody.a.price8.civ@mail.mil)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to sole source a contract for Immersive Terf Dedicated Hosting Servers and Maintenance, Renameable Seat Licenses, and Virtual World Specialist Support and Development in support of the U.S. Army Human Resources Command (HRC), and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.� Interested parties must submit documentation from the manufacture, 3D Immersive Collaboration Consultants, which indicates they are an authorized reseller. �If the Government does not received documentation from two or more interested parties, then the Government will sole source this contract action.� The following is required for this contract action: 0001 � Immersive Terf Dedicated Hosting Servers and Maintenance as Described in the attached Salient Characteristics. Part Number: TS-100D-13 Period of Coverage: 19 January 2020 through 18 January 2021 0002 � Immersive Terf Renameable Seat Licenses, with the ability to rename up to six times. Part Number: TC-RB3-13 Period of Coverage: 19 January 2020 through 18 January 2021 0003 - Virtual World Specialist to provide 24/7 support for the Immersive Terf; Virtual World as described in CLIN 0001 Period of Coverage: 19 January 2020 through 18 January 2021 Attached are the Salient Characteristics for this contract action. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is 511210 and the size standard is $41.5 million. � In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at �scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14c2a562d80e4738a09f9cb6436595a7/view)
 
Record
SN05519759-F 20191219/191217230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.