SOURCES SOUGHT
99 -- Hardware and Software Licenses - List of Task Items
- Notice Date
- 9/8/2015
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- ID05150127
- Archive Date
- 9/30/2015
- Point of Contact
- Chris A. Payton, Phone: 3123530783, Eben Greybourne, Phone: 3128863811
- E-Mail Address
-
chris.payton@gsa.gov, eben.greybourne@gsa.gov
(chris.payton@gsa.gov, eben.greybourne@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Hardware Software Licenses (i) THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - NO AWARD WILL BE MADE FROM THIS NOTICE This NOTICE is published to gain knowledge of potential firms capable of providing these services. Potential firms with the skills and capabilities necessary to perform the various requirements described in the attached DRAFT Statement of Works (SOWs (list of items in Excel format)) are invited to provide a Capability Statement. Also, in your review of the SOWs, please provide comments or suggestions regarding the attached Statement of Works. Please note that the SOWs are in draft form and the Government anticipates revisions to these documents prior to their release as a request for proposals (RFPs). The General Services Administration, Region 5 FAS, has received a request from the Integrated Award Environment (IAE) Program Support Office, to provide Secure Socket Layer (SSL) software certificates and various hardware certificates and renewals in support of the IAE Portfolio. The Government will review the information received to determine the best acquisition strategy to fulfill its requirement. It is expected that there will be Firm Fixed Price type orders issued. Pricing is not needed at this time. Interested firms are to provide a brief capability statement and a letter of interest to Mr. Chris A. Payton at chris.payton@gsa.gov on or before 15 September 2015. As part of your capability statement, please include any current or past contracts you have been awarded or the ability to obtain sufficient proof of capability for these types of services. Release of a solicitation is tentatively planned in the fourth quarter of calendar year 2015. However, this notice does not obligate the Government to solicit for this requirement or award a contract. RESPONSES TO THIS NOTICE: Firms who can fulfill this requirement and who would be interested in submitting a quote/proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request -- 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business. 5. Indication that the support services are or are not available on a GSA Schedule contract or Government Wide Acquisition Contract (GWAC) held by your company. (ii) RFP SOLICITATION NUMBER: ID05150127 (this is a tentative number); (iii) CLAUSE AND PROVISION IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR: 2005-68 Effective 26 June 2013; (iv) SET-ASIDE: NOT YET DETERMINED, NAICS CODE: 511210 SMALL BUSINESS SIZE STANDARD: $38.5 Million; (v) LINE ITEM(S): TBD (vi) DESCRIPTION OF REQUIREMENTS: See the attached Statement of Works. (vii) DATE(S) AND PLACE(S) OF DELIVERY: Award Date: fourth quarter of calendar year 2015, Place of Delivery: Washington D.C. (viii) FAR 52.212-1, INSTRUCTIONS TO OFFERORS: Not yet established; (ix) EVALUATION PROCEDURES: Not yet established; (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Not yet established; (xi) FAR 52.212-4, CONTRACT TERMS AND CONDITIONS: Not yet established; (xii) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS, Not yet established; (xiii) ADDITIONAL REQUIREMENTS: Not yet established; Subcontracting Plan, if required, applies (for large businesses only); (xiv) DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS): N/A; (xv) NUMBERED NOTES: None; (xvi) OFFERS DUE: Not yet established; (xvii) GOVERNMENT CONTACT: Chris A. Payton, chris.payton@gsa.gov, Contracting Officer, (312) 353-0783.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5ee4da9e91e1c0734d15028f93e02c8e)
- Place of Performance
- Address: 1800 F ST NW 4332, Washington, District of Columbia, 20405, United States
- Zip Code: 20405
- Zip Code: 20405
- Record
- SN03876049-W 20150910/150908235931-5ee4da9e91e1c0734d15028f93e02c8e (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 |