SOURCES SOUGHT
70 -- FY19 Annual Software License Maintenance of Syncsort, Inc.
- Notice Date
- 7/22/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- HC102818R0126Hubzone
- Archive Date
- 8/25/2018
- Point of Contact
- Ryan J. Kelsey, Phone: 717-267-9387
- E-Mail Address
-
ryan.j.kelsey.civ@mail.mil
(ryan.j.kelsey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the renewal of software maintenance for Syncsort z/OS to be used in the DISA Operations Center (OC) Mainframe Environment. CONTRACTING OFFICE ADDRESS: DISA/ DITCO 2300 East Drive, Building 3600 Scott AFB, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of HUBZone Firms to provide the required products and/or services. The objective of this effort is to obtain annual software licenses and maintenance for Syncsort z/OS software maintenance. Software maintenance includes the receipt of new versions and releases of software products. The Syncsort, Inc. software will provide Syncsort z/OS for the OC standard architecture. This Syncsort z/OS supports high-performance sort/merge/copy utility designed to exploit the advanced facilities of the z/OS operating system. The period of performance will be for one year beginning 1 October 2018 thru 30 September 2019. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-17-F-1397 Contract Type: Firm Fixed-Price (FP) Incumbent and their size: Syncsort Incorporated, Large Business Method of previous acquisition: Sole Source via GSA REQUIRED CAPABILITIES: This requirement is to procure a Firm-Fixed-Price contract for Syncsort z/OS software maintenance. All respondents must be able to provide this brand name product. SPECIAL REQUIREMENTS 1. None SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210, with the corresponding size standard of $38.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) CAGE Code; 5) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 10 August 2018 at 4:00 PM Eastern Daylight Time (EDT) to ryan.j.kelsey.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/HC102818R0126Hubzone/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN05002027-W 20180724/180722230041-76d2117f598929771291138c3e954545 (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 |