Federal Bid

Last Updated on 16 May 2015 at 8 AM
Sources Sought
Patrick South carolina

LIVELINK Software Renewal

Solicitation ID FA2521-15-Q-B068
Posted Date 17 Apr 2015 at 5 PM
Archive Date 16 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Patrick South carolina United states 10989

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!  It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.

The Request for Quotation (RFQ) number is FA2521-15-Q-B068 shall be used to reference any written responses to this sources sought.

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 511210. The size standard for NAICS is $38.5M.

The requirement is for a renewal of annual maintenance/upgrade/software for LiveLink. The requirement also include the following items;

Qty     Product Code Description
810     Server Named Users
810     Explorer Professional
800     Secure Connect
320     Content Server SDK
1         Ent Server
10       Server CPU
600     XML/Webforms
700     Prospector

Salient Characteristics:

a. Support must be provided by an authorized LiveLink reseller

b. Windows-based but compatible with LINUX/UNIX/Solaris environments

c. Ability to provide all service packs updates and future version upgrades.

d. Ability to provide technical support via telephone.

45 CONS is interested in any size business that is capable of meeting this requirement.

The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.

Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.

Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B068, 1201 Edward H. White II Street, Bldg. 423, Room N207 Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.

RESPONSES ARE DUE NO LATER THAN 1 MAY 15

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Mar 2016 at 7 PM
Location Unknown 31 May 2016 at 7 PM
Dahlgren Virginia 16 Jul 2002 at 5 AM
Arlington Virginia 28 May 2015 at 2 PM
Suffolk Virginia 17 Apr 2003 at 5 AM

Similar Opportunities

Columbus Ohio 14 Jul 2025 at 4 AM
New york New york 26 Jul 2025 at 4 AM (estimated)
Albany New york 26 Jul 2025 at 4 AM (estimated)
Shaw air force base South carolina 30 Jul 2025 at 6 PM