Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2021 SAM #7016
SOURCES SOUGHT

D -- Software for Configuration Management and Data Management Services and Maintenance

Notice Date
2/11/2021 10:12:59 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA2816 SMC PK PKO EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
PA-665
 
Response Due
2/28/2021 1:30:00 PM
 
Archive Date
03/15/2021
 
Point of Contact
Jimmy Nguyen, Phone: 310-653-1023, Mayte Diaz, Phone: 310-653-5390
 
E-Mail Address
jimmy.nguyen.17@spaceforce.mil, mayte.diaz@spaceforce.mil
(jimmy.nguyen.17@spaceforce.mil, mayte.diaz@spaceforce.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This announcement serves as a Pre-Solicitation Synopsis issued for the purpose of market research in accordance with FAR Part 10 solely for information and planning purposes, to identify companies capable and qualified to provide Commercial off the Shelf (COTS) Software for Configuration Management and Data Management Services and Maintenance. This Synopsis does not constitute a solicitation nor is this notice a request for quotations. DO NOT submit a quote or proposal in response to this synopsis. The Space Force anticipates a Firm Fix Price contract will be awarded. The Space Force anticipates a 12-month Period of Performance (PoP) on the basic contract with possible four (4) one-year options. This is a follow-on effort to the existing Base-wide Firm Fixed Price (FFP) COTS Software Services for the unlimited-use site license at SMC including Maintenance, Modules, and Training Services currently performed by Unison, Inc., 1436 S Legend Hills Dr #300, Clearfield, UT 84014-1693. The projected Request for Proposal (RFP) release date for this effort is April 2021. The Space and Missile System Center (SMC) intends to release a solicitation to acquire usage of a Configuration Management/Data Management tool as well as tool maintenance services and training to support base-wide CM/DM requirements. The general tasks areas are: 1) support of the modification and installation of the latest version or upgrades of a CM/DM software toolset to support evolving changes to SMC Configuration Management and Data Management policies and practices, plus software and hardware maintenance and technical support, corrections of substantial defects in the licensed software, periodic updates of the licensed software that may incorporate corrections of any substantial defects; 2) support the establishment, update, and maintenance of workflow templates related to contract data management processes to implement business rules, workflows for CDRL submittals and subsequent approval dispositions, and related Configuration Control Board (CCB) activities; and 3) support the establishment, update, and maintenance of workflow templates related to CCB reviews, package approvals, on-line agenda creation, and CCB directive generation reviews. Interested parties (Prime Contractors only) may submit an unclassified Statement of Capability (SOC) within 14 days of this announcement. The SOC shall not exceed 20 one-sided pages in length. Responses must be submitted by e-mail in electronic form in MS Word 2007 or higher or PDF Format. All responses must conform to 8.5 by 11.0 inch pages, with font no smaller than 12 point. Responses to this pre-solicitation synopsis shall include the following: (a) company name (b) address (c) point of contact (d) ""number of employees"" as defined by the Federal Acquisition Regulation (FAR) part 19.101 and (e) the amount of ""annual receipts"" as defined by the FAR part 19. This synopsis is for information and planning purposes only; it does not constitute an RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with submission of a SOC. Information received will be considered solely for the purpose of determining whether any prospective credible source other than the incumbent exists. Responses from qualified small and small disadvantaged small businesses are highly encouraged.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b4bb5c0be76d456ea703a2f86294bdc8/view)
 
Place of Performance
Address: El Segundo, CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN05915295-F 20210213/210211230114 (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 |
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.