File Replication Software
ID: AMD-SS-NB184000-25-00068_GLType: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The National Institute of Standards and Technology (NIST) is seeking information from vendors regarding the procurement of file replication software to replace the discontinued Repliweb. The software must be comparable to Coviant Software’s Diplomat MFT Enterprise Edition, integrating seamlessly with NIST's existing infrastructure while supporting SQL databases and adhering to firewall security protocols. This initiative is crucial for maintaining operational integrity in NIST's critical services, with a proposed contract duration of five years, including a base year and four optional years. Interested vendors should submit their capabilities statements, including compliance details and relevant GSA Schedule contracts, to Gina Lee at gina.lee@nist.gov by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Notice from the National Institute of Standards and Technology (NIST) concerning the need to identify and acquire a file replication software to replace the discontinued Repliweb. This notice is strictly for information gathering and market research, not a solicitation or proposal request. NIST is particularly interested in software solutions equivalent to Coviant Software’s Diplomat MFT Enterprise Edition, as the new solution must integrate effectively within NIST's existing infrastructure, meet SQL database support requirements, and adhere to firewall security protocols. The contract tenure is proposed for five years, including a base year and four optional years. Interested vendors must submit their capabilities statement, detailing their compliance and ability to meet the requirements, along with company classifications and relevant information about GSA Schedule contracts. This effort underscores NIST’s commitment to maintaining operational integrity in its critical services by securing reliable software solutions.
    Lifecycle
    Title
    Type
    File Replication Software
    Currently viewing
    Sources Sought
    Similar Opportunities
    Red Hat Ansible Tower and Subscription Licenses
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST), part of the Department of Commerce, is seeking information from potential sources for renewing licenses for the Red Hat Ansible Automation Platform and Red Hat Enterprise Linux. The primary requirements include 24/7 technical support for the Ansible Automation Platform and timely onsite responses for critical issues, with a focus on small businesses under the NAICS code 541519. This opportunity is crucial for maintaining the operational efficiency of NIST's automation processes. Interested parties must submit a capability statement by October 9, 2024, detailing their qualifications and socio-economic status, with responses aiding NIST in structuring the eventual procurement process. For further inquiries, contact Gina Lee at gina.lee@nist.gov or call 301-975-8334.
    Sole-Source Notice for SME Svcs for NAIS Application
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to sole-source a contract for Subject Matter Expert (SME) services related to the NIST Associate Information System (NAIS), which is crucial for managing agreements and access for over 4,000 associates annually. The selected contractor, Sharpnet Corp., a woman-owned small business located in North Potomac, Maryland, will be responsible for reverse engineering the existing NAIS software, documenting its functionalities, and developing comprehensive requirements and test plans to ensure continuity and minimize risks during future software updates. This procurement is vital for maintaining the integrity of the NAIS application, with the contract period extending from December 1, 2024, to November 30, 2028, including a base year and three option years. Interested firms may submit their capability statements within 10 days of this announcement, and for further inquiries, they can contact Gina Lee at gina.lee@nist.gov or call 301-975-8334.
    ON-LINE SUBSCRIPTION WEB OF SCIENCE
    Active
    Commerce, Department Of
    Special Notice: Commerce, Department of, National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with Clarivate Analytics for the acquisition of the Web of Science Database. The database will be used in the NIST Library and Museum on the NIST campus in Gaithersburg, MD. The Web of Science Database, which includes Science Citation Index Expanded, Technology Fee, and Conference Proceedings Citation Index, is essential for impact analysis to measure NIST research outputs. Clarivate Analytics is the only known vendor capable of providing the online subscription to Web of Science. Responses will be considered by the Government until December 15, 2023, 8:00 am, ET.
    Davis-Bacon Prevailing Wage Certified Payroll Platform
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking vendors to provide a Davis-Bacon Prevailing Wage Certified Payroll Platform as part of an initiative under the CHIPS and Science Act of 2022. The platform aims to streamline compliance with wage requirements for federally funded construction projects in semiconductor manufacturing, featuring centralized certified payroll reporting, demographic data collection, and a robust compliance monitoring system, all while ensuring FEDRAMP approval and strict security controls. This procurement is crucial for enhancing transparency in labor practices and efficient management of federal funding, with a contract that includes a 12-month base period and four optional extension years. Interested businesses should submit their capability statements to Lia M. Arthofer at lia.arthofer@nist.gov by the specified deadline, as the government will not pay for information received during this sources sought announcement.
    70--NetApp SnapMirror
    Active
    None
    Presolicitation Department of Defense is seeking to procure brand new and brand name NetApp Snapmirror Data Replication Licenses in support of the Joint Staff, J6. These licenses are used for data replication and are essential for the operations of the Joint Staff. The procurement will be conducted on a brand name basis with NetApp and their authorized resellers. A firm fixed price type contract will be issued in accordance with FAR 13. The solicitation N00189-16-Q-1013 will be posted on the NECO website on Thursday, March 17, 2016. For additional information, please contact Jaime Ramos at jaime.ramos@navy.mil or (215) 697-9605.
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    SOURCES SOUGHT Project Labor Agreement (PLA) Survey - NIST Central Utility Plant Modernization
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is conducting a Sources Sought notice to gather input regarding the potential use of a Project Labor Agreement (PLA) for the modernization of its Central Utility Plant Complex located in Gaithersburg, Maryland. This initiative aims to assess the implications of requiring a PLA for the design-build construction services, which are estimated to cost between $150 million and $270 million, as PLAs are typically mandated for large-scale federal projects exceeding $35 million. The feedback collected will inform the government's decision on whether to pursue an exception to the mandatory PLA requirement and will be used for planning purposes only, with responses due by October 16, 2024. Interested parties can reach out to Cheryl Allen at cheryl.allen@nist.gov or Teresa Harris at teresa.harris@nist.gov for further information.
    Gaithersburg Pop-Up Food Services
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking qualified firms to provide pop-up food services at its Gaithersburg, Maryland campus during cafeteria renovations expected to conclude in fall 2024. The contractor will be responsible for managing all aspects of food preparation, transportation, serving, and cleanup, ensuring compliance with health regulations, as the site lacks kitchen facilities. This opportunity is particularly aimed at small and socioeconomic businesses, with a focus on delivering gourmet breakfast and lunch options while adhering to federal guidelines and safety standards. Interested vendors must submit a detailed Statement of Capability by October 11, 2024, to Tony Schmidt at tony.schmidt@nist.gov, as this notice serves as a market research tool rather than a formal request for proposals.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.