Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
SOURCES SOUGHT

70 -- Interactive Digital TV Guide Software

Notice Date
6/22/2009
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-W90A9L-9043
 
Response Due
7/1/2009
 
Archive Date
8/30/2009
 
Point of Contact
Shirlee Harrison, 703-428-1055<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(shirlee.harrison@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the US Army Information Technology Agency (ITA), intends to procure Commercial Off the Shelf (COTS) 1) 2600 licenses for Interactive Program Guide (IPG) for non-DVR cable set top boxes and 2) 100 IPG licenses for DVR cable set top boxes, using a HUBZone certified small business set-aside, small business set-aside, or under full and open procedures. All contractor questions must be submitted no later than June 25, 2009 3:00 PM EDT. If at least two responsible HUBZone certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by June 25, 2009 3:00 PM, the requirement will be solicited as a 100% set-aside for HUBZone certified small business concerns. If two or more HUBZone certified small businesses are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUBZone, or small business concern in NAICS code 511210 with a size standard of $25 million are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. Small businesses are to outline their experiences in the following 1) Passport 30.54 and Passport Echo 30.58 software platforms which supply the graphic user interface (GUI) for the interactive program guide in both standard and high definition broadcasting, 2) Digital Access Controller (DAC) Motorola 4.0, 3) Video on Demand (VOD) SeaChange International. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement (Shirlee Harrison). A Firm Fixed Price contract is anticipated. The anticipated period of performance will be one (1) base year and three (3) option years. The place of performance will be The Pentagon and an alternate location. Contractor personnel will not require a current secret or top secret clearance. A written Request for Proposal (RFP) will be posted on or about July 02, 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Shirlee Harrison, at shirlee.harrison@conus.army.mil or Mr. Donald Leath at donald.leath@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-W90A9L-9043/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01852587-W 20090624/090623000105-6b3bdfdef686fde13146d677a756dd7a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.