Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SOURCES SOUGHT

D -- Adobe DME Software Licenses

Notice Date
5/8/2024 12:21:29 PM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
IRS - WASHINGTON DC WASHINGTON DC 20224 USA
 
ZIP Code
20224
 
Solicitation Number
24PR-SSPDIR-0171_SAM_SS
 
Response Due
5/20/2024 10:00:00 AM
 
Archive Date
06/04/2024
 
Point of Contact
Nefertiti D Winters, Phone: 240-613-9663, Tanya R Burnett, Phone: 228-213-5043
 
E-Mail Address
nefertiti.d.winters@irs.gov, tanya.r.burnett@irs.gov
(nefertiti.d.winters@irs.gov, tanya.r.burnett@irs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL NOR IS THERE IS A SOLICITATION AVAILABLE AT THIS TIME."" INFORMATION RECEIVED FROM THIS SOURCES SOUGHT WILL BE RETAINED FOR A FUTURE SOLICIATION. This is a Sources Sought Notice and is for informational/market research purposes only. This is a Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor a promise to issue a solicitation in the future. The purpose of this Notice is to obtain information/market research only regarding the availability and capability of all qualified sources to perform a potential requirement. The associated NAICS code is 511210, �Software Publishers"". This is a Sources Sought Notice and is for informational/market research purposes only. A draft Performance Work Statement (PWS) is uploaded to review the requirement details. Responses to this Notice will assist the Government in determining the appropriate acquisition method and determining interest and capability of potential vendors for this type of requirement. The Treasury is seeking an experienced and reliable reseller of Adobe licenses and products, focused on providing high quality service, with fast response and resolution time. The Government expects the selected partner(s) to provide aggressive volume-based discounts and to develop a mechanism for protecting or reducing prices throughout the designated contract term. The Government has potential interest in establishing a firm fixed price contract (12-month base period of performance and two 12-month option periods, to the Offeror capable of providing the required brand name Adobe products and services in accordance with the RFQ through the lowest price technically acceptable offer deemed to be the most advantageous to the Government: This Task Order will provide for the continuation of Adobe products currently in use by the Departmental Offices (DO), Special Inspector General Troubled Asset Relief Program (SigTARP), Office of Financial Stability (OFS), Bureau of Engraving and Printing (BEP), Financial Crimes Enforcement Network (FinCEN), Office of Financial Research (OFR), Office of Intelligence and Analysis (OIA), Printing and Graphics (P&G), Federal Financial Bank (FFB), Office of Foreign Asset Control (OFAC), Special Inspector General for Pandemic Recovery (SIGPR), Treasury Secure Data Network (TSDN) and Human Resources & Chief Human Capital Officer (HR&CHCO), new requirements for software licenses and upgrades, corresponding support under both perpetual and subscription licensing models, access to any Adobe products developed and released during the period of performance identified by Treasury as being required to meet operational goals, and, under certain circumstances, training and/or professional consulting services directly affiliated with the implementation and/or use of the products. 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified 8(a) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm. Contractors must beregistered in SAM and completed the Online Representations and Certifications Application (ORCA). Please see www.sam.gov. 3. Indicate the primary nature of your business. 4. Provide examples of requirements demonstrating your firm's experience. The submission should also demonstrate the firms' past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, and should identify the firm's geographic location and may be in any format. Narratives shall be no longer than 10 pages. Submissions will be shared with the Government and the project team, but otherwise will be held in strict confidence. Responses to this Sources Sought are to be sent via email to nefertiti.d.winters@irs.gov and tanya.r.burnett@irs.gov no later than 2:00 p.m. eastern standard time 20 May 2024. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses to this Notice should include the following: Information regarding respondents: (a) verification of Kantara Approved Credential Service Provider or status of Kantara application; (b) current software products/services available to perform the work identified in the PWS; and (c) examples of prior relevant experience of similar nature. Provide feedback on whether requirements in the draft PWS do or do not follow commercial practices or that would require your company to take an exception. Respondent�s UEI number, organization name, address, type of business (large or small) and socio-economic status (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code. If not a small business, describe willingness and/or possible plans to partner with small businesses in response to an anticipated future solicitation. Identification of any contract vehicles (e.g., GSA schedule numbers and SIN category(ies)) they may possess or are aware of that would support this possible requirement. Possible questions that enable the Government to determine whether the requirement should be set aside, commercial practices, possible revisions to the requirement, alternate NAICS, etc. Any other information that may be helpful. Vendor�s technical and administrative points of contact, including names, titles, addresses, telephone, and e-mail addresses. Email responses to this Notice shall be sent to the attention of individuals listed in this Notice. Terms and Conditions regarding this Notice: This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. 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 in the Government Point of Entry or other similar source (GSA e-Buy). However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). Do Not Submit any Proposals/Offers in response to this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b1965d524ef4cdf9aee054eef270079/view)
 
Place of Performance
Address: Washington, DC 20222, USA
Zip Code: 20222
Country: USA
 
Record
SN07057698-F 20240510/240508230050 (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.