SOURCES SOUGHT
D -- Library Runtime Licenses Systems Tool Kit (STK)
- Notice Date
- 8/24/2022 12:08:20 PM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- PANAPG-21-P-0000_017697
- Response Due
- 9/5/2022 11:00:00 PM
- Point of Contact
- Kyle Gorham, Katia Lacoste, Phone: 4438614620
- E-Mail Address
-
Kyle.a.gorham2.civ@army.mil, katia.lacoste.civ@army.mil
(Kyle.a.gorham2.civ@army.mil, katia.lacoste.civ@army.mil)
- Description
- SOURCES SOUGHT for Program Executive Office, Command, Control and Communications Tactical �(PEO C3T) Project Manager Interoperability, Integration and Services (PM I2S) Product Manager, Tactical Cyber and Network Operations (PdM TCNO) 24 August 2022 INTRODUCTION The Program Executive Office, Command, Control and Communications Tactical (PEO C3T), Product Manager, Tactical Cyber and Network Operations (PdM TCNO) and Army Contracting Command, Aberdeen Proving Ground (ACC APG) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the Library Runtime Licenses Systems Tool Kit (STK). PEO C3T located at Aberdeen Proving Ground (APG) has deployed various types of tactical radios to provide Command and Control (C2), Situational Awareness (SA) and voice services for mission needs at the tactical edge. Currently, the United States (U.S.) Army is modernizing the tactical networking capabilities to address concerns about the complex processes required to plan, manage, train, and maintain those networks. PdM TCNO developed an automated data processing system called UNO Planner, to improve the U.S. Army�s Network Operations (NetOps) capabilities to plan at the tactical edge. The Library Runtime License STK components fulfills the requirements as the link budget and propagation analysis capabilities used for predicting performance of Army terrestrial links / nets that�s housed within Unified Network Operations (UNO) Planner. The UNO Planner is currently designed and built to use STK components. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED LICENSES CL-CU - Communications Library Runtime License - Per System for use on up to 8 cores DGL-CU - Dynamic Geometry Lib Runtime License - Per System - Includes Insight3D and Cesium Analytics SDK for use on up to 8 cores SL-CU - Spatial Analysis Library Runtime License - Per System for use on up to 8 cores TL-CU - Terrain Analysis Library Runtime License - Per System for use on up to 8 cores TRML-CU - TIREM Library Runtime License - Per System for use on up to 8 cores CL-UGA-CU - Communications Library Runtime License Annual Support and Upgrades-Per System for use on up to 8 cores DGL-UGA-CU - Dynamic Geometry Lib Runtime License Annual Support and Upgrades-Per System for use on up to 8 cores SL-UGA-CU - Spatial Analysis Library Runtime License Annual Support and Upgrades-Per System for use on up to 8 cores TL-UGA-CU - Terrain Analysis Library Runtime License Annual Support and Upgrades-Per System for use on up to 8 cores TRML-UGA-CU - TIREM Library Runtime License Annual Support and Upgrades-Per System for use on up to 8 cores CL-UGR-CU -� Communications Library Runtime License Renewal Annual Support and Upgrades-Per System for use on up to 8 cores DGL-UGR-CU - Dynamic Geometry Lib Runtime License Renewal Annual Support and Upgrades-Per System for use on up to 8 cores SL-UGR-CU - Spatial Analysis Library Runtime License Renewal Annual Support and Upgrades-Per System for use on up to 8 cores TL-UGR-CU - Terrain Analysis Library Runtime License Renewal Annual Support and Upgrades-Per System for use on up to 8 cores TRML-UGR-CU - TIREM Library Runtime License Renewal Annual Support and Upgrades-Per System for use on up to 8 cores SPECIAL REQUIREMENTS Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. � ELIGIBILITY The applicable NAICS code for this requirement is 511210. The Product Service Code is DF10. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 11 pitch. If your organization has the potential capacity to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, Website address, telephone number, CAGE Code, DUNS number, NAICS code(s) and size and type of ownership for the organization; and 2) Describe your company�s core business and 3) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is anticipated in order to deliver technical capability, provide estimated teaming percentage to be performed by your organization and the proposed subcontractor(s), organizations should address the administrative and management structure of such arrangements. This documentation must address at a minimum the following items: Include in your response, the unit cost of each license, consolidated cost, and how long the prices are valid for. Include in your response the ability to provide these licenses. Include in your response your ability to meet the estimated period of performance consisting of a 12 month Base Period and three (3) 12 month Option Periods with performance commencing in approximately Fiscal Year 2023. Specifics regarding the number of option periods will be provided in the solicitation. Describe your company�s process for delivery of the licenses. Describe, if any conflict or license risk with procuring STK license with your organization. The contract type is anticipated to be Firm Fixed Price (FFP) Contract. The deadline for response to this request is no later than 2 pm, EST, September 6, 2022. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Specialist, Kyle Gorham and the Contracting Officer, Katia Lacoste in either Microsoft Word or Portable Document Format (PDF), via email to (kyle.a.gorham2.civ@army.mil), (katia.lacoste.civ@army.mil). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b74520233c4f4fa696d92cdebbcaf029/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06439890-F 20220826/220824230127 (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 |