Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
MODIFICATION

67 -- Micropower Corporation, PowerGold Music Scheduling Software

Notice Date
4/1/2020 4:13:26 PM
 
Notice Type
Sources Sought
 
NAICS
512120 — Motion Picture and Video Distribution
 
Contracting Office
DMA RIVERSIDE RIVERSIDE CA 92518# USA
 
ZIP Code
92518#
 
Solicitation Number
HQ0516FY200006
 
Response Due
4/15/2020 4:07:00 PM
 
Archive Date
04/30/2020
 
Point of Contact
Jessie Feliciano, Contract Specialist, Phone: 951-413-2406, Fax: 951-413-2432, Keta Peterson, Contracting Officer, Phone: (301) 222-6755, Fax: (301) 833-4948
 
E-Mail Address
jesus.feliciano3.civ@mail.mil, keta.s.peterson.civ@mail.mil
(jesus.feliciano3.civ@mail.mil, keta.s.peterson.civ@mail.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT � The Defense Media Activity (DMA) is seeking sources for: Micropower Corporation �� RFI Tracking Number: HQ0516-FY20-0006 � CONTRACTING OFFICE ADDRESS:� Defense Media Activity ����������������������������������������������������������� ��������� 6700 Taylor Ave ����������������������������������������������������������� ��������� Fort Meade, MD 20755 � INTRODUCTION: � This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of all both large and small businesses (including 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 services. The Defense Media Activity is seeking potential sources for: Micropower Corporation .This requirement allows DoD programing access to all: Micropower Corporation. This requirement for Micropower Corporation, PowerGold Music Scheduling Software is follow-on to an existing software licensing and support agreement between PowerGold and various AFN operational sites and media centers. The vendor shall provide software licensing and support agreement for PowerGold software for one base year 1 May 2020 to 30 Apr 2021 and 2 option years. 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: HQ0516- Contract Type: FFP ����� Incumbent and their size Micropower Corporation - large Method of previous acquisition: Sole Source Award � Provide Brief description of the current program/effort: This requirement for Micropower Corporation, PowerGold Music Scheduling Software is follow-on to an existing software licensing and support agreement between PowerGold and various AFN operational sites and media centers. The vendor shall provide software licensing and support agreement for PowerGold software � Anticipated Time Frame: November 2019. Place of Performance: DMA Fort Meade, MD REQUIRED CAPABILITIES: The Defense Media Activity (DMA) is seeking authorized sources to acquire a. This requirement for Micropower Corporation, PowerGold Music Scheduling Software is follow-on to an existing software licensing and support agreement between PowerGold and various AFN operational sites and media centers. The vendor shall provide software licensing and support agreement for PowerGold software The Contractor shall make reasonable efforts to advise AFN of the underlying rights holders but failure to do so will not relieve AFN of its obligation to secure needed permission for distribution.� It will be the responsibility of AFN to provide the Contractor with documented evidence of such distribution clearances and/or other associated rights when necessary. This purchase of the programming is to enable the American Forces Network � Broadcast Center (AFN-BC) to support the American Forces Network (AFN) mission. AFN currently support troops around the world and afloat. ITEM NO 0001 � Television Programming - Base Year \FFP The Contractor shall provide AFN for Micropower Corporation, PowerGold Music Scheduling Software is follow-on to an existing software licensing and support agreement. LICENSE PERIOD:� May 1, 2020 through April 31, 2021. ITEM NO 0002� Television Programming - - Option Year (1) FFP The Contractor shall provide AFN for Micropower Corporation, PowerGold Music Scheduling Software is follow-on to an existing software licensing and support agreement LICENSE PERIOD: May 1, 2021 through April 31, 2022. Television Programming - - Option Year (2) FFP The Contractor shall provide AFN for Micropower Corporation, PowerGold Music Scheduling Software is follow-on to an existing software licensing and support agreement SPECIAL REQUIREMENTS: This is an all or none requirement. DMA is seeking a vendor that can provide all of the services. We will not break this requirement up to meet this requirement. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 515120, with the corresponding size standard of $38.5M.� This Sources Sought Synopsis is requesting responses to the following criteria from all sources that can provide the required services under the NAICS Code.� To assist DMA 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 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Small Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), GSA MOBIS, GSA OASIS, 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 15 April ��2020 4:00 PM Pacific Daylight Time (EDT) to Jesus.feliciano3.civ@mail.mil and. keta.s.peterson.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 RFI 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
SAM.gov Permalink
(https://beta.sam.gov/opp/b5bfe042591b4f6196fefa545e99895a/view)
 
Place of Performance
Address: Riverside, CA 92518, USA
Zip Code: 92518
Country: USA
 
Record
SN05606777-F 20200403/200401230141 (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  © 1994-2020, Loren Data Corp.