Inactive
Notice ID:PANMCC-19-P-0000-022069
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for ORACLE software and maintenance on a BRAND NAME sole source basis utilizing Federal Acquisition Regu...
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for ORACLE software and maintenance on a BRAND NAME sole source basis utilizing Federal Acquisition Regulation (FAR) Subpart 13.5-Simplified Procedures for Certain Commercial Items. The U. S. Government is seeking vendors that may be able to perform this requirement of ORACLE software and maintenance in order to substantiate viability of competition. 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 firm-fixed price contract is for BRAND NAME sole source ORACLE software and maintenance as outlined on the attachment. The statutory authority for the BRAND NAME procurement is Simplified Procedures for Certain Commercial Items, 41 U.S.C. 1901 as implemented by FAR 13.5. 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 511210, Software Publishers, size standard $38.5 million. In response to this sources sought, please email the below information to Ms. Karen Cline, Contract Specialist at Karen.l.cline4.civ@mail.mil and Ms. Barbara Mattingly, Contracting Officer at Barbara.j.mattingly2.civ@mail.mil. Responses are due no later than COB 9 July 2019. 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 solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil 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. Also provide verification that your firm is an authorized reseller of ORACLE software and maintenance. 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. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.