Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

R -- Software Maintenance and Red Hat Enterprise Linux (RHEL) Annual Upgrade Support Package Services

Notice Date
6/17/2024 11:42:29 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W41P4Q-24-R-0032
 
Response Due
7/5/2024 2:00:00 PM
 
Archive Date
07/20/2024
 
Point of Contact
Victorita Bailey, Jessica Marona
 
E-Mail Address
victorita.bailey.civ@army.mil, jessica.h.marona.civ@army.mil
(victorita.bailey.civ@army.mil, jessica.h.marona.civ@army.mil)
 
Description
This is a request for information (RFI)/Sources Sought Notice (SSN) only. This RFI/SSN is a request for informational purposes only and does not constitute an invitation for bid (IFB), request for quotation (RFQ), or request for proposal (RFP). This RFI/SSN does not constitute a commitment by the U.S. Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Information submitted in response to this RFI/SSN is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. Your response to this RFI/SSN is voluntary and will be treated only as information for the Government to consider. No funds have been authorized, appropriated, or received for this effort. The U.S. Army may use the information provided to develop its acquisition strategy. The U.S. Army Contracting Command - Redstone Arsenal is issuing this RFI/SSN as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for subject matter expert software (SW) maintenance and upgraded services. The RFI/SSN is to identify any interested sources before soliciting a non-competitive acquisition per Federal Acquisition Regulation (FAR) 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements.� This is not a solicitation for proposals and no contract shall be awarded from this announcement. � Requirement Statement: The Government seeks responses regarding the capabilities, past similar experience, and technical approach to this effort and industry�s assessment/ opinion of the most efficient and cost-effective method of executing this effort. The requirements for this action are: 1. �The Government anticipates the award of a hybrid Indefinite Delivery, Indefinite Quantity (ID/IQ) fixed price and cost-reimbursable contract no later than 01 July 2025 in support of the Integrated Fires Mission Command (IFMC) Project Office (PO). This requirement is to provide engineering support, SW Maintenance, and Red Hat Enterprise Linux (RHEL) upgrade support to the IFMC PO for vendor supplied SW. The vendor supplied proprietary SW is integrated into the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Engagement Operating Centers (EOC) and the Integrated Fire Control Network (IFCN) Relay Major End Items (MEI). The requirements of this effort are to update vendor supplied proprietary SW; to implement patches in response to reported bug fixes, errors and critical security updates; to provide new SW corrections, revisions, patches, service packs, updates, subsequent releases and related intellectual property developed by the vendor; and to implement SW upgrades to allow for implementation with later versions of RHEL annually. Additional requirements for this effort are to provide access to a vendor provided E-support portal for resolution of support requests and to provide subject matter expert support to troubleshoot and identify root cause of any SW anomalies identified.� This capability is to address the critical IFMC PO risks associated with down time attributable to this vendor supplied SW. The lack of this SW performing its required functionality is a critical fault that would render the System of Systems unfieldable.� 2. Security. The interested party shall be able to obtain and maintain a sufficient number of personnel and facilities at the SECRET clearance level to fulfill the needs of the contract. The interested party shall be capable of complying with Defense Federal Regulation Supplement (DFARS) Clause 252.204-7012, �Safeguarding Covered Defense Information and Cyber Incident Reporting�.� The interested party shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. Purpose and Limitations: The Government�s intent is to better understand the current capabilities and strategies of the interested company to determine the best solution to meet the Government�s needs. Industry feedback is vitally important, and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited. �If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website, SAM.gov. It is the responsibility of any potential offeror to monitor SAM for additional information pertaining to this requirement. The anticipated Period of Performance (PoP) for this requirement: 01 July-2025 � 30 June-2030 The responses shall address: Description of how respondent would provide the necessary engineering support, SW Maintenance and RHEL upgrade support to the IFMC PO�s vendor supplied SW. The vendor�s proprietary SW is integrated into the IAMD IBCS EOCs and IFCN Relay MEIs. Response to this notice shall be limited to 20 pages and include the following information: - Name, address, phone number, and email address of point of contact. - CAGE Code, business size, (if a small business, please indicated whether HUB Zone, Service Disabled Veteran Owned Small Business etc.) - Electronic submissions only. All items must be in Microsoft Office 2007 or later format or searchable Adobe PDF format. - Identify if significant subcontracting or teaming is anticipated in order to deliver technical capability. Address the administrative and management structure of such arrangements. - Statement of capability outlining past work that is related to this requirement by the need date of 01 July 2025. - Provide any other pertinent information that will assist the Government in consideration. - Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. - The Government will not provide feedback or evaluations of responses to this notice. - Response is due by 4:00 Central Time on 5 July 2024 �and shall be submitted via email or DoD SAFE (https://safe.apps.mil/) to �Jessica Marona; jessica.h.marona.civ@army.mil Points of contact for this action: Victorita Bailey, victorita.bailey.civ@army.mil and Jessica Marona, jessica.h.marona.civ@army.mil Contracting Office Address: ACC-RSA - (Missile), ATTN: CCAM, Building 5250, Martin Road, Redstone Arsenal, AL 35898-5280 Place of Performance: ACC-RSA - (Missile) ATTN: CCAM, Building 5250, Martin Road Redstone Arsenal, AL 35898-5280 US
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81bdc18f33e64b84b162aa09a74573ab/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07100083-F 20240619/240617230121 (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.