Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2024 SAM #8177
SPECIAL NOTICE

99 -- Source Sought Notice for ISBEEs-FireEye Software Maintenance Subscription for 5550AX-HW

Notice Date
4/15/2024 10:27:45 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75H70424Q00031
 
Response Due
4/24/2024 9:00:00 AM
 
Archive Date
05/09/2024
 
Point of Contact
Nadine Cruz, Javier Medina-Velazquez
 
E-Mail Address
nadine.cruz@ihs.gov, javier.medina-velazquez@ihs.gov
(nadine.cruz@ihs.gov, javier.medina-velazquez@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
Description
Sources Sought Notice: FireEye-Software Maintenance/Subscription for 5550AX-HW INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement.�Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (Attachment 1).� Instructions for submission are outlined below. INSTRUCTIONS TO INDUSTRY ISBEEs are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company�s capability, experience, and ability to provide the Brand Name (See Attachment 2) FireEye-Maintenance Renewal/subscription below: Contract Line Item Description: 0001 -�AX5550D2WGAEAT-AG, 5550 AX DTI 2W 1 YR SUB Growth, FireEye AX Subscription, AX5550GVM-AT-AG FireEye Software Support, and NRHDDGEN2-AT-AG Hardware Support Base Period of Performance: 06/21/2024-06/20/2025 0002 -� AX5550D2WGAEAT-AG, 5550 AX DTI 2W 1 YR SUB Growth, FireEye AX Subscription, AX5550GVM-AT-AG FireEye Software Support, and NRHDDGEN2-AT-AG Hardware Support Option Year One-Period of Performance: 06/21/2025-06/20/2026 0003 -� AX5550D2WGAEAT-AG, 5550 AX DTI 2W 1 YR SUB Growth, FireEye AX Subscription, AX5550GVM-AT-AG FireEye Software Support, and NRHDDGEN2-AT-AG Hardware Support Option Year Two-Period of Performance: 06/21/2026-06/20/2027 The Government requests interested parties submit a written response to this notice, which includes: Company Name. Company Socioeconomic Status. Company Unique Entity ID (UEI) number. Company point of contact, mailing address, and telephone number(s), and website address Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives. Date submitted. Applicable company GSA Schedule number or other available procurement vehicle. Company�s System for Award Management (SAM) registration status. All respondents must register on the SAM located at https://www.sam.gov/. Submit Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form (attached) Submit a FireEye authorized reseller letter provided by FireEye. Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). How to respond. Please include the notice 75H70424Q00031 in the subject line. Responses must be submitted via email to the Contract Specialist, Nadine Cruz at Nadine.Cruz@ihs.gov no later than 12 PM EST on April 24, 2024.� Capability statements will not be accepted after the due date. The maximum number of pages for this submission is five (5) pages, not including a cover page.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee891b64fd704058a473f43022a63fda/view)
 
Place of Performance
Address: Rockville, MD, USA
Country: USA
 
Record
SN07030302-F 20240417/240415230050 (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.