Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

D -- Red Hat Software RH0002 and RH0004

Notice Date
5/27/2021 7:37:21 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY21RC011
 
Response Due
6/4/2021 12:00:00 AM
 
Archive Date
06/19/2021
 
Point of Contact
Mark Bublak, Sabin Joseph
 
E-Mail Address
mark.c.bublak.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(mark.c.bublak.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY �This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Requests for a solicitation/solicitation status will not receive a response. �This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. �Not responding to this RFI does not preclude participation in any future Solicitation, if any is issued. �Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. �It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. �Responses are due by 1900 EST, 04 June 2021 and are not to exceed 05 pages. �Please submit all RFI responses to the Contract Specialist � Mark Bublak at mark.c.bublak.civ@mail.mil, the Contracting Officer � Sabin Joseph at sabin.a.joseph.civ@mail.mil. The subject line for the email submission shall read as follows: � Subject: �Response to RFI W909MY-21-R-C011: PM, FPS Red Hat Software: �Company Name� INTRODUCTION: The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division, on behalf of the Product Manager, Force Protection Systems (PM FPS) is issuing a Request for Information (RFI) in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The purpose of this RFI is to identify potential sources to provide: - RH00002 - Red Hat Enterprise Linux (RHEL) for Virtual Datacenters, Standard (24 new licenses plus 39 renewals, for a total quantity of 63) - RH00004 - Red Hat Enterprise Linux (RHEL) Server, Standard (Physical or Virtual Nodes (8 new licenses plus 13 license renewals, for a total quantity of 21)� PROGRAM OBJECTIVE: �PM FPS requires Red Hat software to support for its programs. �This is a Market Research to survey marketplace vendors capable of providing the Red Hat software that meets the PM FPS requirement. The vendor should provide estimated costs and availability of the products for delivery around the middle of June 2021.� RESPONSE DUE DATE: �Responses to this announcement are due 04 June 2021; response is via e-mail to mark.c.bublak.civ@mail.mil and sabin.a.joseph.civ@mail.mil. QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within 2 days after release via e-mail to mark.c.bublak.civ@mail.mil and sabin.a.joseph.civ@mail.mil. Telephone requests will not be accepted. If answered, questions will be non-attribution published at https://sam.gov/. CONFIDENTIALITY: �Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. CLASSIFIED INFORMATION: �No classified information should be included in your response. CLASSIFICATION * Product Service Code: DB10 * Place of Performance: USA * NAICS Code: 541519 - Other Computer Related Services REQUIREMENTS: Vendors shall provide information on the company�s software solution that meets the following technical requirements: 1. PM FPS requires the following Red Hat Licenses: - RH00002 � Red Hat Enterprise Linux (RHEL) for Virtual Datacenters, Standard �(24 new licenses plus 39 renewals for 63 total) - RH00004 - RHEL for Servers, Standard (RHEL-7) (Physical or Virtual Nodes) (8 new licenses plus 13 renewals for 21 total) 2. Standard support (9x5) for the licenses 3. Please email a copy of your software licensing agreements with your submittal.� SUBMITTAL INSTRUCTIONS: �The responses received from this Request for Information is for information purposes only and does not mandate or impose requirements. This notice is not a request for proposal and the Government does not intend to pay for information submitted. No contract award will be made on the basis of responses received; however, the information will be considered in the Government's acquisition planning. 1. Please provide the following Point of Contact information: - Point of Contact Name - Point of Contact Title - Company Name - Company Address - Commercial and Government Entity Code (CAGE) code� - Date of incorporation - Number of years in business - Number of employees - Location - Mailing address - Phone number - Website address - Email address - Designate a single point of contact for all communication pursuant to this RFI 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541519. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: - Other than Small Business (OTSB) Concern - Small Business (SB) Concern - 8(a) - Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business 3. Brief overview of company history. 4. A technical approach describing the methods in which the contractor will meet requirements described above.� 5. Estimated price for the products and services in the requirements. It is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. The Government requests that interested sources submit an electronic response of not more than five (05) pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, and address. Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to two (2) pages worth). The Government makes no guarantee that the supporting documentation will be reviewed and/or considered. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. All interested companies or organizations are encouraged to respond to the RFI by providing the information by 1900 EST on 04 June 2021. Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 10MB cannot be transmitted through the network firewall. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES ASSOCIATED WITH THIS RFI. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. 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. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed Non-Disclosure Agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/02eb0caa200b457b9a8c530564e97957/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06015749-F 20210529/210527230115 (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.