Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

99 -- Tax Software License and Maintenance

Notice Date
2/23/2021 1:22:29 PM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 622255406 USA
 
ZIP Code
622255406
 
Solicitation Number
832117740
 
Response Due
3/9/2021 11:00:00 AM
 
Archive Date
03/24/2021
 
Point of Contact
Ryan Kelsey, Phone: 223-220-4762, Cindy Goshorn, Phone: 220-223-4760
 
E-Mail Address
ryan.j.kelsey.civ@mail.mil, cindy.m.goshorn.civ@mail.mil
(ryan.j.kelsey.civ@mail.mil, cindy.m.goshorn.civ@mail.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT Tracking Number 832117740 � The Defense Information Systems Agency (DISA) is seeking sources for the Defense Information Systems Agency�s OC Services Directorate Computing Ecosystem (SEL1-SEL8). CONTRACTING OFFICE ADDRESS:� DISA/Defense Information Technology Contracting Organization (DITCO) PL8323 1 Overcash Avenue, Building 12 Letterkenny Army Depot Chambersburg, Pennsylvania 17201-4123 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, �Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The Defense Information Systems Agency is seeking information for potential sources for software license and maintenance for a tax computation product that is capable of providing federal and state tax computation functionality.� DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: Not Applicable (N/A) Contract Type: N/A Incumbent and their size: N/A Method of previous acquisition: N/A Period of performance:� N/A REQUIRED CAPABILITIES: The requirement is for a Commercial off the Shelf (COTS) product that computes U.S. federal, state and territory withholding taxes, following rules set by the IRS and state/territorial authorities for all service members (active and reserve). This shall include multiple types of pay entitlement. The software shall provide accurate federal income tax withholding and state income tax withholding (FITW/SITW) computations for service members to include retroactive calculation of withholdings in prior years. There should be no limitation on the number of tax calculations that can be performed. Retroactive calculations shall be available for at least one year prior.� Localities are not in the scope of this requirement.� Software shall have reporting capabilities. The Government requires reports to reflect tables/rates that are currently loaded in the system. Maintenance shall consist of product patches, upgrades, updates, corrections, etc. Technical support shall be required on a 24x7 basis for operations/production.� In order to ensure proper knowledge and understanding of the software, system/implementation documentation shall be provided. Software must operate within the existing government environment. Must be compatible with IBM mainframes (Z Series Operating System (Z/OS)) executing primarily COBOL programs (COBOL LE), Computer Associates� (CA) ACF2 and TSS software. SPECIAL REQUIREMENTS None SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 511210 Software Publishers (https://www.naics.com/search/), with the corresponding size standard of $41.5M (https://www.sba.gov/document/support--table-size-standards).� To assist DISA 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.� Please outline 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; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering.� (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 March 9, 2021 at 5:00 PM Eastern Daylight Time (EDT) to ryan.j.kelsey.civ@mail.mil.� Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than five pages) and demonstrating ability to perform the services listed under Required Capabilities.��� �� 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 personnel reviewing submitted 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/73c2b2440ab04ab9a90d1fe7c89b08b0/view)
 
Record
SN05924835-F 20210225/210223230117 (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.