SOURCES SOUGHT
70 -- Media Reporting and Social Media Monitoring Software
- Notice Date
- 2/7/2023 6:54:36 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-23-Q-MRSM
- Response Due
- 2/24/2023 11:00:00 AM
- Point of Contact
- Matthew Simkovsky, Phone: 210-466-2203, Gary Whitney, Phone: 210-466-2203
- E-Mail Address
-
matthew.l.simkovsky.civ@army.mil, gary.d.whitney4.civ@army.mil
(matthew.l.simkovsky.civ@army.mil, gary.d.whitney4.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a commercially available software program that will provide media monitoring, capturing and analysis capabilities to assist Public Affairs in examining the content and quantity of media coverage on Army issues, initiatives, and programs located at the Office of the Chief of Public Affairs, 1500 Army Pentagon, Rm 1D484, Washington, DC 20310. Furthermore, the government desires to procure services on a small business set-aside basis, provided that two (2) or more qualified small businesses respond to this sources sought notice (SSN) with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. 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 Business concerns), to �identify their capabilities in meeting the requirement at a fair market price. This notice 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 SSN. 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 issued. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.GOV. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 513210 � Software Licenses. The size standard for this NAICS code is $47M, with a corresponding Product Service Code of 7A20 - IT and Telecom�Application Development Software (Perpetual License Software). If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. A continuing need is anticipated for the service. Attached is the draft Performance Work Statement (PWS). For your information, the contract number and name of the incumbent contractor is as follows: a. Contract Number: GS-35F-0074S / W9124J-20-F-0087 b. Extent of Competition: Small Business Set Aside under GSA Multiple Award Schedule (MAS) (with NAICS 511210) and Schedule 70 c. Contract Name/Info: The Winvale Group, LLC / UEI: DQ6RYNAB8MJ7 / CAGE Code: 35RS6 d. Contract Total Firm Fixed Price: $246,843.48 (Base and two (2) Option Periods) This requirement under consideration is being looked at as a 3- year effort, which would include one (1) 12-month base period and two (12) twelve-month option years. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSN, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include: 1.� Name of the firm, point of contact, phone number, email address, UEI 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) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2.� What percentage of work will be performed by the small business prime contractor, and all similarly situated entity subcontractors?� Note: See FAR 52.219-14 Limitations on Subcontracting. 3.� 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 and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 4.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 5.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 6. 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.� Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the SSN.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. 8. Questions for this sources sought shall be submitted on or before 4:00 P.M. CST on 17 February 2023 via email to Matthew Simkovsky, Contract Specialist at matthew.l.simkovsky.civ@army.mil and Gary Whitney, Contracting Officer at gary.d.whitney4.civ@army.mil. Government Response will be provided within four business days after receipt of all questions. 9. Responses to this sources sought notice shall be submitted on or before 1:00 PM CST on 24 February 2023 via email to Matthew Simkovsky, Contract Specialist at matthew.l.simkovsky.civ@army.mil and Gary Whitney, Contracting Officer at gary.d.whitney4.civ@army.mil. The Government will not return any information submitted in response to this notice. 10. All questions MUST be in writing. In all responses, please reference W9124J-23-Q-MRSM and Media Reporting and Social Media Monitoring Software in the subject line. Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. Primary Point of Contact:� � � � � � � � � � � � � � � � � � � � � Secondary Point of Contact: Matthew Simkovsky� � � � � � � � � � � � � � � � � � � � � � � � � Gary Whitney Contract Specialist� � � � � � � � � � � � � � � � � � � � � � � � � � Contracting Officer Email: matthew.l.simkovsky.civ@army.mil� � � � � � � � Email:� gary.d.whitney4.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a02d31210d024ab5a733cf69ff174522/view)
- Place of Performance
- Address: Washington, DC 20310, USA
- Zip Code: 20310
- Country: USA
- Zip Code: 20310
- Record
- SN06585158-F 20230209/230207230113 (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 |