Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2023 SAM #7918
SOURCES SOUGHT

70 -- Gurobi Software Single Use License and Maintenance & Support

Notice Date
7/31/2023 5:50:57 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AV3174A001
 
Response Due
8/3/2023 4:00:00 PM
 
Archive Date
08/18/2023
 
Point of Contact
Alicia Castro, Phone: 6612777586, Terence Vickers, Phone: 6612772232
 
E-Mail Address
alicia.castro@us.af.mil, terence.vickers@us.af.mil
(alicia.castro@us.af.mil, terence.vickers@us.af.mil)
 
Description
THIS IS A MARKET SURVEY FOR INFORMATION ONLY.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS.� THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. Description(s): SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION FOR GUROBI SOFTWARES. The 412 TW/XPI Edwards AFB and 96 TW/XPI Eglin AFB Plans and Programs are seeking potential sources to provide Gurobi Softwares. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541511 which has a corresponding Size standard of $34,000,000. The Government will use this information to determine the best acquisition strategy for this procurement.� The requested specifications softwares: 1. �Gurobi Single Use - License (Perpetual) - 8 Physical Cores Single machine license for one concurrent use (for any user). Will run on (virtual) machine with higher core count. 2.� Gurobi Single Use - Maintenance & Support (Perpetual) Maintenance and Support: Single Use - Maintenance & Support (Perpetual) *The Maintenance & Support Software requirement would be for 3 calender years (to include 2 Options years) * BACKGROUND:� The Gurobi 7.x software is a commercial optimization engine or ""solver."" The Gurobi Optimizer 7.x software is a core element of the Center Scheduling Optimization Module (CSOM) integrated into the Air Force�s Center Scheduling Enterprise (CSE) in 2020-2021. The Gurobi 7.x software is the only commercial solver that will enable the CSOM to operate properly; the CSOM mixed integer programming language interface requires Gurobi Optimizer 7.x. Annual software maintenance is required to sustain the Gurobi 7.x software. Reponses to this Sources Sought request should reference F1S0AV3174A001 and shall include the following information in this format: Company name, address, point of contact name, phone number, fax number and email address. Contractor and Government Entity (CAGE) CodeGSA contract number, if applicable. � � � �3.� GSA contract number, if applicable. � � � �4.� Size of business � Large Business, Small Business, Small Disadvantage, 8(a), Hub-zone,Woman-owned and/or Service-�Disabled Veteran-owned. � � � �5.� A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. � � � �6..Capability statement displaying the contractor�s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to these sources sought. � � � � 7.� The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. � � � �8.� If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. NOTE: Any information provided by industry to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 4pm M Pacific Standard Time, on 3 Aug 2023. Responses will be accepted via electronic means only. Email submissions to: alicia.castro@us.af.mil and terence.vickers@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/705729bd75014a0d8de67bc6e5207736/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06770677-F 20230802/230731230052 (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.