Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:UNAWRD-19-C-LC00
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for IDS5/AAAS Workstations for Gray Army Airfield on a SOLE SOURCE basis, but is seeking vendors that ma...
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for IDS5/AAAS Workstations for Gray Army Airfield on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirements 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 fix price contract to Systems Atlanta for IDS5 Workstations. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in FAR 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). 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 Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541511-Applications software programming services, custom computer. A need is anticipated for the IDS5/AAAS Workstations *IDS5 Workstation/ server Software License, Staged, imaged, configured, and tested AAAS Workstations *AAAS compatible Surge protection (NET Single Outlet) Keyboard and mouse, * AAAS compatible Uninterrupted Power Supply w/auto Shutdown, *19 inch Touch Screen Monitor, *Telephonic Site Survey, Telephonic Installation Assistance available during regular duty hours. *Three years of Hardware Warranty *Associated Shipping/Freight of the above hardware items to JBLM, WA 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. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 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, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, 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.