Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
SOURCES SOUGHT

70 -- Notice of Intent - WinEst Pro Plus S/W

Notice Date
9/5/2019
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY19QNOISS
 
Point of Contact
Arlene Brown, , Michael Metje,
 
E-Mail Address
arlene.brown@usace.army.mil, Michael.A.Metje@usace.army.mil
(arlene.brown@usace.army.mil, Michael.A.Metje@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Engineering and Support Center, Huntsville (CEHNC), 475 Quality Circle, Huntsville AL 35816 is seeking information from industry to assist with the development and planning of a software procurement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. CEHNC, in support of the U.S. Army Installation Management Command (IMCOM) Headquarters, is seeking responses from interested responsible vendors, in reply to this Notice of Intent. CEHNC intends to solicit and negotiate a firm fixed-price contract for WinEst Pro Plus software licenses and WinEst RS Means Facilities Bundle licenses; on a sole source basis to Trimble Inc. (cage: 4VEY7 ), for purchases that exceeds the Simplified Acquisition Threshold (SAT), under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2)(iii)(A), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Trimble is the sole manufacturer and distributor of WinEst Pro Plus cost estimating software which is a proprietary software application and it has an originally programmed interface that utilizes RS Means Cost database information in a unique way. Trimble is the sole provider of maintenance and support services for this licensed software program and is the only source of its updates and new licenses. Additionally, Trimble is the sole provider of certified trainers and implementers of WinEst estimating software to Government agencies and public sector organizations. IMCOM requires U.S. Army Certificate of Networthiness (CoN) compliant RS Means Construction Cost Estimating software licenses. The Networthiness Certification Program manages the specific risks and impacts associated with the fielding of Information Systems (ISs) and supporting efforts, requires formal certification throughout the life cycle of all ISs that use the Information Technology (IT) infrastructure, and sustains the health of the Army Enterprise Infrastructure. Networthiness Certification is concerned with the identification, measurement, control, and minimization of security risks and impacts in IT systems to a level commensurate with the value of the assets protected. Networthiness Certification applies to all organizations fielding, using, or managing ISs on the Army Enterprise Architecture/LandWarNet (LWN), to include Commercial Off-the-Shelf (COTS) and Government Off-the- Shelf (GOTS). In accordance with U.S. Army Regulation (AR) 25-1, paragraph 6-8 activities must obtain a Certificate of Networthiness (CoN) before they connect hardware/software to the LWN. For additional information on CoN, refer to: https://www.atsc.army.mil/tadlp/implementation/config/networthiness.asp See also: https://army.deps.mil/netcom/sites/nw/CoNApproval/Lists/Networthiness%20Data/NWPublicView.aspx Minimum IMCOM Requirements (salient characteristics) are as follows: · S/W must be loaded with cost books (construction, Assemblies, Maintenance & Repair), Preventative Maintenance Task, and General Maintenance Cost Data and be compatible with RSMeans cost data · S/W must be have a current CoN in accordance with AR 25-1 · S/W must be able to export to Primavera or MS Project for Scheduling Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is neither a request for competitive proposals nor a solicitation for offers. However, all responses received by 10 September 2019, 2:00 pm CT will be considered by CEHNC. A determination by CEHNC not to compete this requirement is based upon responses to this notice solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Any interest party may inquire with the below point of contacts. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Include the subject of the acquisition, this announcement, and the CEHNC Point of Contact (POC) information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Please, identify if your product has Army CERTIFICATE OF NETWORTHINESS and include the date of the expiration for the certificate. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding your proposed S/W alternative and demonstrate how it meets the minimum requirements. Indicate whether you are a prime contractor or reseller and include pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how CEHNC can best structure these contract requirements to facilitate competition, including competition among small business concerns. Send your response to Arlene.C.Brown@usace.army.mil and to Michael.A.Metje@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY19QNOISS/listing.html)
 
Place of Performance
Address: Licenses will be delivered electronically, United States
 
Record
SN05432845-W 20190907/190905231221-7c402f1042af60b4ae3bde95bd9e8e8e (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.