Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2022 SAM #7548
SOURCES SOUGHT

D -- LiveU Warranty and Support Services

Notice Date
7/29/2022 7:48:13 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD22R0152
 
Response Due
8/3/2022 7:30:00 AM
 
Point of Contact
Patricialee A Pomarico, Phone: 8459388176
 
E-Mail Address
patricialee.a.pomarico.civ@army.mil
(patricialee.a.pomarico.civ@army.mil)
 
Description
The U.S. Government currently intends to award a one year service�contract for warranty support services from LiveU, Inc., to be utilized for purposes by the United��States Military Academy on a SOLE SOURCE basis, 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, and Women-Owned Small Businesses, must describe their�identifying apabilities in meeting the requirements at a fair market price (i.e. information which�may help support a set-aside).� The proposed sole source firm fixed price contract of warranty and support services is for a one�year service contract for the United States Military Academy's access to warranty and support�services to their currently owned LiveU equipment. The statutory authority for the sole source�procurement is 10 United States Code 2304(c)(l) as implemented in Federal Acquisition Regulation� 13.106-l(b)(l), for purchases not exceeding the simplified acquisition threshold (SAT), only one�source reasonably available (e.g., urgency, exclusive licensing agreements, brand name, or�industrial mobilization). � This notice does not constitute a Request for Quote (RFQ)/lnvitation 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. Furthermore, 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 Government wide Point of Entry. It is the responsibility of potential�offerers to monitor the Government wide Point of Entry for additional information pertaining to�this requirement. The anticipated NAICS code is 518210, Data Processing, Hosting, and Related�Services. �In response to this sources sought, please provide the following: 1.Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0298d858ba9418b92594dbee60d858e/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06408087-F 20220731/220729230120 (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.