Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOURCES SOUGHT

70 -- IBM z/OS Software and Maintenance - Draft SOW

Notice Date
2/21/2018
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Human Resources Activity, Procurement Support Office, 4800 Mark Center Dr, STE 06J25-01, Alexandria, Virginia, 22350-1300, United States
 
ZIP Code
22350-1300
 
Solicitation Number
H98210-18-DMDC_IBMMain
 
Point of Contact
Frank A. Whorton, Phone: 5713727997, Matthew C. Poole, Phone: 571.372.2607
 
E-Mail Address
frank.a.whorton.civ@mail.mil, matthew.c.poole.civ@mail.mil
(frank.a.whorton.civ@mail.mil, matthew.c.poole.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work for IBM Z-Series 1. The Defense Human Resources Activity on behalf of the Defense Manpower Data Center (DMDC) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing supplies/services in accordance with the draft Statement of Work (SOW) capable of providing licenses and maintenance support for the International Business Machine (IBM), zero downtime (z) series 10, (BCz10) Mainframe; and software, licenses and maintenance support for IBM z/ operating systems (OS) version O03 (IBM z/OS O03), a computing infrastructure for both mainframe and distributed server technologies in an integrated system. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed NAICS for this effort is 541519. Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can meet the requirement in the attached DRAFT Statement of Work (SOW). SUBMISSION INFORMATION: 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages. Please describe your organization's breadth of expertise/competency to respond to the draft SOW. 1. Provide a short description of your experience in providing IBM software and hardware updates and fixes according to the support level required and the service level agreement established by Original Equipment Manufacturer (OEM). 2. Provide a short description of your experience in providing current versions of the IBM mainframe hardware proprietary Operating Systems and all required sub-systems, utilities, compilers, libraries, and their prerequisite software. This requirement is for commercial off-the-shelf (COTS) software written to support the BCz10 mainframe computer. 3. Describe your qualifications as the manufacturer or an authorized product reseller capable of providing the support necessary for the proprietary technology and software to meet this requirement. C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 pm EST on March 7, 2018. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contacts: Mr. Frank Whorton, Contract Specialist, frank.a.whorton.civ@mail.mil. Small Businesses may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1242b3fd12bf801b7c3af5dea1d0eab9)
 
Place of Performance
Address: DMDC, 400 Gigling Road, Seaside, California, 93955, United States
Zip Code: 93955
 
Record
SN04830262-W 20180223/180221231829-1242b3fd12bf801b7c3af5dea1d0eab9 (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.