THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Decision Lens Software by Immix Technology Inc on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
The proposed sole source firm fixed price contract is to Immix Technology Inc for Decision Lens Software. The U.S. Army Office of the Assistant Chief of Staff for Installation Management (OACSIM), has a requirement for 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.
The Decision Lens consists of Decision Making Software and appropriate hardware that provides a customer-hosted version of Decision Web (web based rich internet application) license package for the Office of Assistant Chief of Staff for Installation Management (ACSIM / RD,OD), product training, implementation support, and technical support. The license also includes access to a desktop/client version of the software as well. This license is for unlimited ACSIM users of the solution and can be utilized for any decision processes that ACSIM accountable for. The training/implementation modules provided by a Senior Client Decision Manager provide support for effectively utilizing Decision Web including, but not limited to decision modeling, participation in pre-meeting activities, data import support, facilitation during decision-making sessions, decision sensitivity analysis, resource optimization scenario creation, and results reporting.
The statutory authority for the sole source procurement is 41 United States Code 1903 as implemented in Federal Acquisition Regulation 13.501 (a)(1)(i)
This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive 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 NAICS code(s) is/are: NAICS 511210 Software Publishers with a size standard of $ 38.5 M.
Send responses to both Salameya Paulouskaya at [email protected] and Ruth Pagan at [email protected]
In response to this sources sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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.
3. 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.
4. 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.
5. Information to help determine if the requirement (item or service) 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.
6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.