AFVentures SBIR Evaluations Tool
ID: 47QFLA24K0018Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA FAS AAS REGION 5CHICAGO, IL, 60604, USA

NAICS

Software Publishers (513210)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified businesses to provide a Software-as-a-Service (SaaS) solution for the Air Force Research Laboratory's AFVentures SBIR Evaluations Tool. The primary objective of this procurement is to develop an automated, online system that supports the Department of the Air Force's Small Business Innovation Research (SBIR) and Small Business Technology Transfer (STTR) processes, enhancing data reporting and user experience. This initiative is crucial for optimizing government-funded research operations and ensuring accurate data collection for compliance with Department of Defense and Small Business Administration reporting requirements. Interested businesses must submit their capability statements within 14 days of the notice posting, with the anticipated contract valued at approximately $3.2 million. For further inquiries, contact James J Franey at james.franey@gsa.gov or Matthew Huber at matthew.huber@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. General Services Administration is procuring a Software-as-a-Service (SaaS) solution for the Air Force Research Laboratory's AFWERX program to facilitate operations of the Small Business Innovation Research (SBIR) program. This document outlines the Performance Work Statement (PWS) detailing the system's functionalities, which include proposal evaluations, automated data migration, contracting interfaces, and user experience design. Key requirements include a secure, automated evaluation tool capable of managing fluctuating workflows, ensuring data integrity, and enhancing user interactions through a modern interface. The contractor must also provide project management, training, quality assurance, and customer support services, maintaining effective communication with government representatives. The contract spans an initial 12-month period with options for extensions, demanding strict adherence to performance metrics and timelines. A phase-in and phase-out plan is required for seamless transitions. Security protocols, such as Tier 1 Background Clearances for personnel, and compliance with federal cybersecurity standards are mandatory. This initiative aims to optimize government-funded research processes, enhance data reporting accuracy, and improve the overall experience for users involved in the SBIR/STTR programs.
    The U.S. General Services Administration (GSA) is conducting a Sources Sought Synopsis on behalf of the Air Force Research Laboratory (AFRL) for the AFVentures SBIR Evaluations Tool project. This initiative is aimed at gathering market research information regarding potential business sources, particularly focusing on small business classifications and their technical capabilities in providing a Software-as-a-Service (SaaS) solution for the Department of Defense’s SBIR/STTR processes. The anticipated award is a Firm Fixed Price contract with an estimated value of $3.2 million. Responses will assist the government in determining acquisition methods, including potential set-asides for small businesses. Businesses are encouraged to submit capability statements detailing their qualifications for meeting the project’s requirements, including experience with SBIR/STTR programs and existing commercial solutions. The government is particularly interested in capabilities that optimize automation and reduce user workload within the evaluation tool. GSA will use this information for internal market research only, with no obligation for future procurement. If inadequate viable responses are received, GSA intends to negotiate on a Sole Source Basis with the incumbent contractor when the current contract expires. Interested businesses must submit their responses within 14 days of the notice posting.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    ASCEND BPA Pool 2
    Active
    General Services Administration
    The General Services Administration (GSA) is conducting market research for the ASCEND BPA Pool 2, focusing on Software as a Service (SaaS) solutions to enhance various operational capabilities. The GSA seeks to gather insights from SaaS providers regarding the benefits, barriers, and competition within three identified sub-pools: Office Productivity and Collaboration Tools, Customer Relationship Management (CRM), and Information Technology Systems Management/Asset Management (ITSM/ITAM). These solutions are critical for improving productivity, customer engagement, and IT asset management within government operations. Interested SaaS providers must complete the Market Research as a Service (MRAS) questionnaire by September 20, 2024, and can direct inquiries to cloudenterprisewide@gsa.gov, ensuring to include "Pool 2 MRAS/RFI" in the subject line.
    Advisory and Assistance Services (A&AS)
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to provide independent technical and management Advisory and Assistance Services (A&AS) in the areas of Geospatial Signatures and Global Exploitation activities at Wright Patterson AFB, Ohio. The objective of this procurement is to support various technical and management issues within the defense and intelligence sectors, particularly in high-fidelity modeling and simulation, operational planning, and data management. This effort is critical for enhancing efficiency across mission areas and has seen an increase in funding for a single-award Blanket Purchase Agreement (BPA) by $30 million, raising the total value to $229.67 million. For further inquiries, interested parties can contact Jason R. Miller at jason.miller@gsa.gov.
    Small Business Information Request
    Active
    General Services Administration
    Special Notice GENERAL SERVICES ADMINISTRATION is requesting small business information for the Office Management category. This is a standing special notice and the Office Management welcomes responses at your convenience. The purpose of this request is to explore ideas to better support the small business community. Small business vendors who have previously done business with the federal government under the Office Management category or those interested in future business under this category should review and respond to this special notice. Agencies interested in discussing small business participation within the Office Management category are also welcome to review this notice and contact OfficeManagement@gsa.gov to discuss further. The Office Management category is broken into 3 main subcategories: Furniture, Office Management Products, and Office Management Services. Small business statistics show that the Office Management category has consistently seen high levels of small business spend, ranging from 57.2% to 63.7% over the last 5 years. The Office Management category team is seeking input on how to best support the small business community and address their concerns moving forward. Small business vendors are encouraged to submit their responses to the provided email address by the specified date. The Office Management category team is also interested in knowing if there are any barriers to entry under the Office Management category, any agencies they should reach out to regarding small business activity, and if there is anything they can do to ensure a more equitable distribution of contracts. Additionally, they are considering hosting webinars focused on small business participation and are open to suggestions for specific areas of interest.
    Brand Name NSNs, Industry Feedback Request
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking industry feedback regarding Brand Name National Stock Numbers (NSNs) associated with specific items, as part of its procurement process. The GSA's Supply Chain Management Contracting Division aims to verify whether the requirements outlined in the Item Purchase Descriptions (IPDs) can only be met by the specified manufacturers or if alternative products can fulfill the same needs. This initiative is crucial for ensuring that the Department of Defense (DoD) customers receive the necessary items while potentially expanding the pool of suppliers. Interested parties are encouraged to provide their feedback by completing the attached Excel template and submitting it via email to fssi.mro-req@gsa.gov, with a deadline for responses set for April 30, 2024. For further inquiries, the primary contact is the MRO Team at the same email address.
    Multiple Award Schedule
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking vendors for its Multiple Award Schedule, a comprehensive procurement initiative. GSA's Furniture Systems Management Division requires a range of commercial items, with a focus on miscellaneous services. This combined synopsis and solicitation follows a streamlined format, and interested parties should submit their proposals accordingly. Contact the National Customer Service Center for detailed information, or refer to the provided email and phone number.
    SDA Battle Management Mission Applications (Program BAA)
    Active
    Dept Of Defense
    The U.S. Space Development Agency (SDA) is issuing a Broad Agency Announcement (BAA) to procure innovative software applications to enhance situational awareness and decision-making capabilities for military space operations. The focus is on developing containerized applications for the Battle Management Command, Control, and Communications (BMC3) module of the Proliferated Warfighter Space Architecture (PWSA) system in Low Earth Orbit. The solicitation seeks cutting-edge solutions from vendors for several key areas, including BMC3 management, power and resource optimization, and cybersecurity, with an emphasis on near-real-time performance and proactive measures. Vendors are invited to submit White Papers for initial review, leading to potential invitations for full proposals. The agency prioritizes rapid deployment, encouraging bidders to propose schedules accordingly. Important deadlines include the submission of White Papers by June 19th, 2024, and Proposals by May 19th, 2025. The SDA reserves the right to issue amendments and extend deadlines, with selections made based on technical merit, mission relevance, and available funding. Contact ussf.pentagon.sda.mbx.FA240124S0002@mail.mil for more information.
    JAGC eDiscovery Software-as-a-Service Solution
    Active
    Dept Of Defense
    The Department of the Air Force is conducting a Request for Information (RFI) to identify potential sources for an eDiscovery Software-as-a-Service (SaaS) solution capable of managing Department of Defense (DoD) Impact Level (IL)-5 data. This initiative aims to support the legal operations of the Judge Advocate General Corps by ensuring compliance with the Federal Rules of Civil Procedure and enhancing the efficiency of legal proceedings through a FedRAMP-approved system that meets stringent cybersecurity standards. Interested vendors are invited to submit capability statements detailing their solutions, including cloud presence and support capabilities, with responses due by September 30, 2024. For further inquiries, contact MSgt Irinieta Tabuyaqona at irinieta.tabuyaqona.1@us.af.mil.
    Simplifed Acquisition of Base Engineering Requirements (SABER) Unit Price Guide Software
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE (DEPT OF THE AIR FORCE) is seeking information for the Simplified Acquisition of Base Engineering Requirements (SABER) Unit Price Guide Software. The purpose of this notice is to conduct market research to determine what construction cost estimating software and unit pricing guides are available for Government use on its upcoming SABER reacquisition. The SABER will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, with very limited design on facilities supported by Vandenberg Space Force Base (VSFB), California and various locations. The selected software will be used by both the Government and contractors to develop cost estimates for projects on the SABER, which are anticipated to range between $2,000 and $5,000,000. Interested contractors should demonstrate their product offering's capabilities, including the ability to "localize" data, create line item estimates, utilize coefficients, provide licenses, update the cost database, offer training, and provide access to the unit price guide database. Interested parties should submit their company information to the primary and secondary contacts by 3:00 PM PST on December 20, 2023.
    Cameo Software Licenses and Associated Plugins
    Active
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), is seeking to procure various Cameo Software Licenses and associated plugins under a firm-fixed-price contract. The procurement specifically requires Cameo brand name products to ensure compatibility and enhance collaboration within the Department of Defense's Model-Based Systems Engineering framework, emphasizing the necessity of sufficient licenses to prevent workflow interruptions. Interested small businesses must submit their quotes for the specified items by 2:00 p.m. (EST) on September 18, 2024, with offers directed to Christopher Glista and Marco Castaneda via email. The procurement is set aside for small businesses, with a focus on authorized resellers, and the North American Industry Classification System (NAICS) code for this acquisition is 541519.
    Alliant 3 GWAC, Request for Proposal (RFP)
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the Alliant 3 Governmentwide Acquisition Contract (GWAC), identified by solicitation number 47QTCB24R0009, aimed at providing federal agencies with comprehensive IT services. This procurement seeks qualified contractors to deliver a range of IT solutions, emphasizing the importance of relevant experience in federal projects, cybersecurity supply chain risk management, and small business engagement. The contract will utilize performance-based methods to enhance efficiency and accountability, with a minimum guarantee of $2,500 and no maximum ceiling on individual task orders. Interested offerors must submit their proposals by January 10, 2025, and can direct inquiries to Roman Rodriguez at Alliant3QA@gsa.gov for further clarification.