SOURCES SOUGHT
70 -- Mainframe Lifecycle Replacement
- Notice Date
- 8/18/2020 5:55:33 AM
- Notice Type
- Sources Sought
- NAICS
- 33411
—
- Contracting Office
- W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
- ZIP Code
- 40121-5000
- Solicitation Number
- W9124D-20-Q-6478
- Response Due
- 8/21/2020 8:00:00 AM
- Archive Date
- 08/22/2020
- Point of Contact
- Mark.w.Reynolds, Barbara J. Mattingly
- E-Mail Address
-
mark.w.reynolds14.civ@mail.mil, barbara.j.mattingly2.civ@mail.mil
(mark.w.reynolds14.civ@mail.mil, barbara.j.mattingly2.civ@mail.mil)
- Description
- SOURCES SOUGHT SYNOPSIS This is a Sources Sought Notice ONLY. The Mission Installation Contracting Command Center-Fort Knox is conducting market research for two IBM z15 Mainframes, two IBM Virtual Tape Systems (VTS), CA Technologies and IBM Mainframe Software with Maintenance to lifecycle the existing mainframes for the Human Resource Command (HRC). This market search is to determine the capabilities of all businesses including, but not limited to any businesses that have an existing General Services Administration (GSA) agreement in the opportunity described below. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Businesses), to identify their capabilities in meeting the requirement at a fair market price. Please identify any existing GSA agreement and/or contract number your business is currently participating in pertaining directly to this requirement. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is: 33411 � Electronic Computer Manufacturing. The size standard is 1250 Employees. In response to this sources sought notice, please email the below requested information to, mark.w.reynolds14.civ@mail.mil no later than�21 August 2020 at 11:00 AM, EST: Subject line of email shall contain: Sources Sought Notice W9124D-20-Q-6478 � Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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 previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5.� Information to help determine if the requirement 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 the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� �Responses should not be more five (5) pages long. Font shall be Arial and not be any smaller than font size 12.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b8c1560a25ff416b82397c2f28dc7fd0/view)
- Place of Performance
- Address: Fort Knox, KY 40121, USA
- Zip Code: 40121
- Country: USA
- Zip Code: 40121
- Record
- SN05764318-F 20200820/200818230209 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |