Genesys Maintenance Renewal
ID: N0042124T0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

PSC

IT AND TELECOM - DATA CENTER AS A SERVICE (DC10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 5, 2023 4:08 PM
  2. 2
    Updated Oct 5, 2023 4:08 PM
  3. 3
    Due Oct 10, 2023 4:00 PM
Description

The Department of Defense, specifically the Department of the Navy, is seeking maintenance renewal services for Genesys Licenses for the ACD (Automated Call Distribution) System. Genesys is the only company with proprietary rights to their software and is capable of providing maintenance support for their systems. The procurement is a Total Small Business Set-Aside and will be conducted on a firm fixed-price basis. Interested parties must be registered in the System for Award Management (SAM) database prior to submitting a quote. The deadline for quote submission is 12:00 pm Eastern Standard Time on October 10, 2023. All quotes/responses should be submitted via email to Donna Owens at donna.m.owens24.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
BIG IP renewal
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking to renew their BIG IP software license. BIG IP is a business application software used in the IT and telecom industry. The procurement is a total small business set-aside and will be conducted on a firm fixed-price basis. The place of performance is Patuxent River, MD, and interested vendors must be registered in the System for Award Management (SAM) database. The procurement requires items to be covered under the manufacturer's warranty and must be TAA compliant. The deadline for submitting a brand name quote is 11/22/2023 by 5pm. All quotes/responses should be submitted via email to Annie Bohmann at annie.n.bohmann.civ@us.navy.mil.
DA10 - BRAND NAME MANDATORY IBM SPSS SOFTWARE
Active
Dept Of Defense
The Department of Defense, specifically the Naval Submarine Medical Research Laboratory (NSMRL), seeks to procure brand-name IBM SPSS Software through a combined synopsis and solicitation. This commercial item acquisition is governed by FAR Part 12 and FAR Part 13. The solicitation, labeled N0018924QG327, seeks quotes for the renewal of IBM SPSS Software licenses. Offerors should be aware that this requirement does not have a set-aside. The scope of work involves the provision of IBM SPSS Software, with the successful awardee expected to comply with the provisions and clauses outlined in the solicitation document. This includes delivering the software and ensuring compliance with defense information controls and cyber incident reporting. To be eligible, applicants should possess the necessary capabilities and certifications to meet the software requirement. This includes being registered in the System for Award Management (SAM) database. Funding for this opportunity is estimated at $47 million, which is the small business standard for the applicable NAICS code: 513210 - Software Publishers. The contract will be awarded to the lowest priced qualified offer, with pricing details required to be included in the submission. The submission deadline is stringent, with quotes due by 11:00 a.m. EST on July 29, 2024. Submission instructions indicate that quotes must be sent via email to Nichole.e.stevens.civ@us.navy.mil and must include additional mandatory documents referenced in the solicitation. Offerors should pay close attention to the extensive list of applicable FAR provisions and clauses provided in the solicitation, as familiarity with these is expected. Any questions regarding this opportunity should be directed to Ms. Nichole Stevens at 860-694-4821 or through email at Nichole.e.stevens.civ@us.navy.mil. This summary provides an overview of the essential details regarding the DA10 - BRAND NAME MANDATORY IBM SPSS SOFTWARE procurement. For more detailed information, offerors should carefully review the solicitation document and associated clauses.
Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center is seeking information from potential contractors capable of providing licensing and support for the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This software is used for logistics and supply chain management and is a critical component of the Corona Division's operations. The Navy seeks to procure this software on a brand-name basis, with One Network NEO being the sole provider that meets their specific requirements. The intention is to award a Firm-Fixed-Price contract for continued support and licensing of the software. The scope of work for the successful awardee will include providing the necessary licenses and support services, as detailed in the draft Purchase Description (PD) document. This includes maintaining and supporting the existing system, which is currently fulfilled by METGreen Solutions Inc. under contract M6785422F5200. The PD, attached to the opportunity listing, outlines the specific licensing and support requirements, as well as the anticipated period of performance. Interested parties should carefully review this document and provide a response addressing their ability to meet these requirements. To be considered a valid source, interested contractors must provide the following information: - Company details, including size relative to NAICS code 541519 (Other Computer Related Services). - Small Business Administration (SBA) certifications and registration, if applicable. - Industry feedback on the current PD. - A maximum 15-page Capability Statement demonstrating the ability to meet the PD's requirements. - Proof of authorization to resell, if applicable. - A narrative explaining the company's status as a nonmanufacturer, if relevant. The Navy encourages all potential offerors to register in the System Award Management (SAM) system and have their Online Representations and Certifications Application up to date. The Contract Specialist, Brian Staub, is available for clarification and can be contacted at brian.a.staub2.civ@us.navy.mil. Responses to this sources sought notice are due by the deadline stated in the notice and should include the reference "Sources Sought Notice N6426724R0349" in the subject line. The Navy reserves the right to use the information received to determine the acquisition approach and does not commit to issuing a solicitation or awarding a contract. Responses are voluntary and the Navy will not reimburse any costs associated with them.
Veritas Maintenance and Renewal
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking maintenance and renewal services for the Veritas system. This is a Total Small Business Set-Aside, reserved for eligible small businesses. The primary objective is to maintain and renew the Veritas software, ensuring seamless operations and regular updates. The focus is on computing infrastructure, data processing, and web hosting services, with the aim of keeping the system current and aligned with the latest technologies. This contract is centered around the PSC code 7K20, IT and Telecom Storage Products, and the NAICS code 518210, which pertains to computing infrastructure providers. The work involves regular updates, patches, and technical support for the Veritas software, as specified in the attached RFQ (Request for Quotation) and Brand Name J&A (Justification and Approval) documents. Applicants for this contract should be experienced small businesses specializing in IT and telecom storage solutions. They must demonstrate the ability to provide expert technical support, perform regular updates, and manage the system's complexity. The contract is expected to be a firm-fixed-price agreement, with funding estimated between $500,000 and $1 million. Interested parties should submit their applications by the deadline, adhering to the detailed requirements outlined in the RFQ document. The selection will be based on several criteria, including the applicant's past performance, technical approach, and price. The government reserves the right to evaluate and negotiate these factors to determine the best value for the agency. For clarification or further information, interested parties can contact Erica Vaughn at erica.vaughn@usmc.mil or via phone at 904-696-5004. Please note that the Brand Name J&A and RFQ documents should be consulted for full details and requirements.
70--HMI KIT
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking quotes for a non-competitive contract, NSN 7H-7025-017109568-X3, related to a HMI KIT. The kit's details are specified in TDP VER 001. The Navy requires the delivery of 32 kits to DLA Distribution Norfolk VA. The entity awarding the contract doesn't own the rights to the data required to purchase or repair the parts and cannot obtain them via reverse engineering. As a result, they intend to award the contract to the sole source capable of fulfilling the order. While the government encourages all responsible sources to respond, they will consider only one source for the contract. Potential competitors should submit their proposals, quotations, or capability statements within 45 days of the notice's publication. The primary contact for this opportunity is COLLIN A. BROWNING, who can be reached at COLLIN.BROWNING@NAVY.MIL or (717) 605-1667.