Federal Bid

Last Updated on 26 May 2018 at 8 AM
Sources Sought
Houston Texas

Decision Lens

Solicitation ID W9124J-18-R-LENS
Posted Date 20 Apr 2018 at 7 PM
Archive Date 26 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Houston Texas United states 78234

                                        SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Decisions Lens software license subscription to use at OACSIMS's Resources Directorate. Decision Lens Software enables OACSIM's Resources Directorate to execute its resource integration mission for the Installation Program Evaluation Group (II PEG) by using analytics to make critical Installation Program Evaluation Group (II PEG) 1-N list POM prioritization decisions in support of the II PEG's portfolio capital planning and budget optimization efforts. Decision Lens is also used by OACSIM's Operations Directorate to 1-N prioritization of demolition projects on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Period of Performance is a base yr of 29 September 2018 through 28 September 2019 and an option year of 29 September 2019 through 28 September 2020.

This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 511210-Software Publishers.

A continuing need is anticipated for the Decision Lens subscription which is currently being fulfilled through current contract # W9124J-17-F-F918. Attached is the description of the requirement.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at [email protected] or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

 

Bid Protests Not Available

Similar Past Bids

Houston Texas 26 Jun 2019 at 4 PM
Location Unknown 20 May 2013 at 3 PM
Location Unknown 05 Feb 2004 at 5 AM
Bartow Florida 04 Oct 2021 at 4 AM
Bartow Florida 01 Dec 2021 at 5 AM

Similar Opportunities

Wright patterson air force base Ohio 14 Apr 2030 at 4 AM
Wright patterson air force base Ohio 14 Apr 2030 at 4 AM
Wright patterson air force base Ohio 14 Apr 2030 at 4 AM