SOURCES SOUGHT
70 -- Request for Information/Sources Sought: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
- Notice Date
- 12/2/2024 5:57:10 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- HT9425-25-R-0001
- Response Due
- 12/30/2024 7:00:00 AM
- Archive Date
- 01/14/2025
- Point of Contact
- Lisa Kuhns, Phone: 3016192336
- E-Mail Address
-
lisa.z.kuhns.civ@health.mil
(lisa.z.kuhns.civ@health.mil)
- Description
- Request for Information/Sources Sought (Request for Capability Statement) Intellectual Property (IP) and Technology Transfer (T2) Database for United States Army Medical Research and Development Command Office of the Staff Judge Advocate (OSJA) 1. Purpose of this RFI/SSN THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought Notice (SSN), as well as Industry Feedback ONLY for an anticipated competitive procurement action. This RFI/SSN is issued solely for information and planning purposes � it does not constitute a solicitation, nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this posting will be solely at the interested vendor�s expense. Not responding to this RFI/SSN does not preclude participation in any future Request for Proposal (RFP), if any is issued. This RFI/SSN is issued solely for information and planning purposes to determine the number and socioeconomic size of sources capable of meeting the upcoming requirement for the United States Army Medical Research and Development Command (USAMRDC), Office of the Staff Judge Advocate (OSJA) for licenses for an �on-premises� database system (accessible through a web browser) to continue to track all IP, T2 agreements, and to generate reports and metrics to support various OSJA reporting requirements. The Government anticipates a docketing and database product/solution licensed as a subscription-based software model with annual license fees. Per user licenses (seat licenses) as well as licenses based upon volume of records are allowable. Additionally, the Government is seeking a central system shared across multiple labs and multiple networks. As further detailed below and in the attachment, associated services to include customer support services, training, and some flexibility for configuration and customization are also required. If submitting a capability statement to this RFI/SSN, please review Section 4 below (and Appendix A) and submit a capability statement that describes relevant experience based upon the size and scope of the outlined requirement in relation to the attached (draft) Performance Work Statement requirements. Please do not regurgitate the draft PWS tasks and/or required characteristics; rather, interested vendors are asked to outline company specific capabilities that match the work and/or software functionality outlined in the draft PWS in order for the Government to make a fair capabilities determination. Capability statements will be reviewed and assessed to the degree to which they demonstrate: (1) relevant experience based on the size and scope of the outlined requirement; (2) company specific capabilities that match the characteristics and the work outlined in the draft PWS. The Government�s assessment will be internal for the purposes on informing the ultimate acquisition strategy and vendors will not be provided the results nor will a �debrief� be provided. 2. Minimum Essential Characteristics and Capabilities: The Minimum Essential Characteristics of the system are comprised of Operating Characteristics and Performance Characteristics. It is anticipated that the proposals will be required to demonstrate an ability to meet or exceed ALL of the Minimum Essential Characteristics detailed within the draft PWS in order to be considered for any future award. Therefore, a solution�s inability to meet any of the Operating Characteristics or Performance Characteristics would render a proposal �Unacceptable� under a future solicitation. 3. Desired/Preferred Functional Characteristics and Capabilities: Additionally, the Government has identified desired Functional Characteristics / Capabilities. Note that these modules/functionalities are preferred by the Government but not required. Therefore, failure to demonstrate or adhere to any or all of those capabilities would NOT be considered a proposal disadvantage. Rather, a proposal that demonstrates such capabilities could be considered an advantage which could result in a proposal strength under a future solicitation. The responder may also provide information related to additional modules/features offered by the company, including the ability to customize any standard modules / features that may not otherwise be addressed. 4. How to Respond a) Please provide a capabilities statement of no more than 10 pages that addresses the questions posed in Appendix A (see below and attached). The formal closing date for this RFI/SSN and for the submission of responses is Monday, 30 December 2024 at 1000 ET. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats to the POC, Ms. Lisa Kuhns at the following e- mail address: lisa.z.kuhns.civ@health.mil. To ensure receipt by the Government, please include �HT9425-25-R-0001� in the subject line. b) Each response should include the following Business Information: i. Company name, mailing address, website address, and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. ii. Name, title, telephone number, and e-mail addresses of individuals (if different from the point of contact identified above) who can verify the capabilities identified in the RFI/SSN response submission; and (if any) demonstrated DoD Authority to Operate instances and experience complying with Risk Management Framework requirements. iii. Unique Entity ID and CAGE Code. Companies also must be registered in the System for Award Management (www.sam.gov) to be considered as potential sources. iv. Description of business size (Large Business, Small Business, 8(a), HUBzone Business, etc.). *Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages and be identified as �Message #x of #x�. Appendix A a) Describe your organization�s customer base and years of experience in the services identical or similar to those in the draft PWS. b) Summarize your organization's specific and relevant technical capabilities as they relate to the Minimum Essential Characteristics (which are detailed in the PWS) as well as experience and expertise to fulfill this requirement. c) Describe your relevant past performance for projects of similar size and scope for this requirement. Please provide examples or provide references of similar software solutions offered that relate to this requirement. d) List any and all Government IDIQ Contracts (e.g. Federal Supply Schedule, OASIS, etc.) you currently hold (to include the vehicle and your contract number) that could be used to fulfill this requirement in support of the Government�s Category Management initiatives. e) Please indicate whether or not your company offers subcontracting opportunities. Information provided may help to inform the Government in developing an evaluation strategy for Small Business Participation (e.g., Small Business Participation goals) under any future solicitation, if applicable. Appendix B While not required, interested vendors are invited to provide responses to the following additional items. Responses to the following are not subject to the 10-page limit specified above. a) Feedback on the attached PWS. This feedback may include comments to specific Minimum Essential Characteristics, general areas of ambiguity, etc. Feedback will be reviewed by the Government to determine if edits/changes are needed prior to issuance of any future solicitation. b) Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government's requirement as outlined in the PWS. 5. Summary THIS IS A REQUEST FOR INFORMATION ONLY to allow any potential sources that offer a commercial docketing and patent database software system along with associated support services the opportunity to submit their interest. The information provided in the RFI/SSN is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the products and services discussed, and release of this RFI/SSN should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will not entertain questions regarding this Market Research. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc6ddb9d5edb499199f5efe218dd29d3/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07279410-F 20241204/241202230115 (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 |