BASTILLE SUBSCRIPTION

Agency: DEPT OF DEFENSE
State: Georgia
Type of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Posted: Apr 19, 2024
Due: Apr 26, 2024
Solicitation No: 0012042830
Publication URL: To access bid details, please log in.
Follow
BASTILLE SUBSCRIPTION
Active
Contract Opportunity
Notice ID
0012042830
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT EISENHOWER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 08:39 am EDT
  • Original Response Date: Apr 26, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Fort Eisenhower , GA 30905
    USA
Description

THIS is a Sources Sought Notice ONLY. The U.S. Government desires to procure Bastille Subscription 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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, 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.



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. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 334111 Electronic Computer Manufacturing the size standard 1250 in number of employees. Please see attached Salient Characteristics.



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. If the company has a GSA Schedule provide the schedule number.



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. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.



4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.





5. 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.



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



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



8. 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 scott.d.kukes.civ@mail.mil or 210-466-2269, 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 Beta Sam notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT EISENHOWER , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 19, 2024 08:39 am EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...for Qualys to provide the renewal of various Qualys software to the Board ...

State Government of Georgia

Bid Due: 5/22/2024

...betsy.mccurry@gcpsk12.org 678-301-6283 Description GCPS is seeking information for a Point of Sale software... ...

State Government of Georgia

Bid Due: 5/21/2024

...@itsmarta.com 404-848-5580 Description Hardware and Software Maintenance for current Arista Switches..., Includes Computer ...

State Government of Georgia

Bid Due: 5/29/2024

...should include a turnkey Software as a Service (SaaS) Data Management Platform aggregator.... ...

State Government of Georgia

Bid Due: 5/13/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.