SOLICITATION NOTICE
70 -- COTS SOFTWARE LICENSE AND MAINTENANCE MANAGEMENT IN SUPPORT OF A SOFTWARE DEVELOPMENT LAB
- Notice Date
- 4/25/2024 8:34:16 AM
- Notice Type
- Presolicitation
- NAICS
- 513120
—
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833524R0074
- Response Due
- 4/16/2024 2:00:00 PM
- Archive Date
- 05/01/2024
- Point of Contact
- Kelly Gray
- E-Mail Address
-
kelly.e.gray13.civ@us.navy.mil
(kelly.e.gray13.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SYNOPSIS COTS SOFTWARE LICENSE AND MAINTENANCE MANAGEMENT IN SUPPORT OF A SOFTWARE DEVELOPMENT LAB SOLICITATION #: N68335-24-R-0074 This synopsis is to inform industry that Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst (LKE), NJ intends to solicit for a requirement to manage annual renewals of commercial off the shelf (COTS) software license support and/or maintenance for a NAWCAD software development lab. This effort will consolidate the software development lab�s annual software license support/maintenance procurements provided by multiple vendors into a single contract while ensuring continued license usage, support, and/or maintenance coverage for the end NAWCAD user. The responsibility of the selected software management company will be to coordinate the procurement and renewals of software support/maintenance on behalf of the EMALS/AAG Software Lab. Request for information (RFI) regarding this Pre-Solicitation was posted under N6833524RFI0074. Procurement of software licenses and/or maintenance shall be done so in a timely manner such that there is no lapse in service/support. All existing and new licenses/support shall be purchased under the ownership of the EMALS/AAG Software Lab. All responding software management companies will be evaluated against specific criteria set forth below: 1) Experience managing software support contracts between COTS software vendors and the DoD. 2) Ability to form business relationships with all software vendors listed within Attachment 1 to coordinate the procurement and renewals of software support/maintenance on behalf of the EMALS/AAG Software lab. 3) The chosen software management company shall be capable of multiyear contracts. 4) Experience aligning annual software support renewal dates across multiple different software vendors and software applications through prorated contracts in order to simplify the overall renewal cycle. 5) Experience negotiating multiyear, annually billed agreements with vendors through the use of option contracts. This procurement will be conducted as a 100% Small Business Set-Aside under NAICS 513120- Software Publishers, with a size standard of 1,000 employees. Offerors will be evaluated against specific criteria and their ability to satisfy this effort in its entirety as required by the statement of work, with award then being made to the small business vendor meeting those requirements. The government expects to select one (1) Offeror on the basis of providing the Lowest Price Technically Acceptable proposal, all factors considered. Potential Offerors must be currently registered in in the System for Award Management (SAM) and furnish their 5 digit CAGE code with their quote to effect electronic payment. SAM registration information can be found at https://www.sam.gov and is mandatory for consideration. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources may submit a capability statement, proposal or quotation which may be used by the government in determining potential sources as a result of this synopsis. No contract will be awarded on the basis of offers received in response to this notice. A determination by the government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the government. All inquiries and concerns must be addressed via email to the Contract Specialist, Ms. Kelly Gray at Kelly.e.gray13.civ@us.navy.mil. Responses to this notice must be submitted by 16 April 2024 5:00 EDT. PSC: 7A21- IT and Telecom - Business Application Software (Perpetual License Software) NAICS: 513120- Software Publishers
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/941e0de3b09345c9ae522036a213d3aa/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07043420-F 20240427/240425230048 (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 |