Symplicity Recruit

expired opportunity(Expired)
From: Federal Government(Federal)
W9124J23QSYMP

Basic Details

started - 26 Jun, 2023 (5 months ago)

Start Date

26 Jun, 2023 (5 months ago)
due - 07 Jul, 2023 (5 months ago)

Due Date

07 Jul, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
W9124J23QSYMP

Identifier

W9124J23QSYMP
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (663709)DEPT OF THE ARMY (127163)AMC (70183)ACC (72491)MISSION & INSTALLATION CONTRACTING COMMAND (24907)FDO SAM HOUSTON (2674)W6QM MICC-FDO FT SAM HOUSTON (543)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Symplicity recruit software services on a 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 notice. 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 to Symplicity Corporation for Symplicity recruit software services. The statutory authority for the sole source procurement is FAR
13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. Attached is the draft Performance Work Statement (PWS).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 is 513210, with a size standard of $47M. If you believe the suggested NAICS is not appropriate for the requirement, please suggest a NAICS and explain why it is more appropriate for this type of acquisition. A continuing need is anticipated for the service. For your information, the current contract number is: W9124J-22-C-0024.In response to this sources sought, please provide:1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), 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.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. 4. 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.5. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.6. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.7. 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@army.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 Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.8. Questions for this sources sought shall be submitted on or before 5:00 P.M. CDT on 05 July 2023 via email to Kerrie Hodges, Contract Specialist at kerrie.e.hodges.civ@army.mil and Gary Whitney, Contracting Officer at gary.d.whitney4.civ@army.mil. Government Response will be provided within four business days after receipt of all questions.9. Responses to this sources sought notice shall be submitted on or before 5:00 PM CDT on 07 July 2023 via email to Kerrie Hodges, Contract Specialist at kerrie.e.hodges.civ@army.mil and Gary Whitney, Contracting Officer at gary.d.whitney4.civ@army.mil. The Government will not return any information submitted in response to this notice.10. All questions MUST be in writing. In all responses, please reference W9124J-23-Q-SYMP and Software Developer in the subject line. Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted.

Fort Belvoir ,
 VA  22060  USALocation

Address: Fort Belvoir , VA 22060 USA

Country : United StatesState : Virginia

Classification

naicsCode 513210Software Publishers
pscCode 7K20IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
naicsCode 541511Custom Computer Programming Services