Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

D -- Report2Web (R2W) Software Licenses

Notice Date
5/19/2022 10:46:00 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8630 AFLCMC WFK WRIGHT PATTERSON AFB OH 45433-5337 USA
 
ZIP Code
45433-5337
 
Solicitation Number
FA8630-RFI-Report2Web-Software-Licenses
 
Response Due
6/23/2022 1:00:00 PM
 
Archive Date
09/01/2022
 
Point of Contact
James Bane
 
E-Mail Address
james.bane.4@us.af.mil
(james.bane.4@us.af.mil)
 
Description
Request for Information � FA8630-RFI-Report2Web-Software-Licenses THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE. � The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH anticipates an (competitive or noncompetitive) acquisition to provide Report2Web (R2W) Software Licenses. �The contract resulting from this request will be Firm-Fixed Price. The current provider is Redwood Software, Inc. (1FCX3), however, all authorized dealers and resellers of Redwood Software are encouraged to participate in the market research to determine viable options for procuring the licenses.� The period of performance will be from 01 September 2022 thru 31 August 2025 (Base period with 2 Option Years). Enterprise Content Management (ECM) is what AFSAC utilizes to deliver content (such as common office types i.e. PDF, XLS, etc.) to FMS stakeholders. �The current ECM solution is Redwood�s Report2Web which enables AFSAC to manage and deliver financial reports, logistics reports, and technical order documents to AFSAC�S foreign partners around the globe. �AFSAC has been utilizing this solution since early 2019. �The requirement is to provide software licensing for the AFLCMC/WFR existing Report2Web solution.� The required software license will include: Report2Web Production Server (2), Report2Web Concurrent Seat Value Pack (25), Report2Web Publishing Tools (1 Burster Server License, 1 Bundler and 1 Router License) (1), Report2Web Publishing Tool Clients (2), Automation Engine *Includes up to five (5) platform agents *Includes three (3) simultaneous publishing threads (1), Forms Designer (1), Archiver (1), Approver (1), Report2Web Personal Publisher with Imaging (1), Publish to SharePoint (1), SAML/SSO (1), and Report2Web Test Environment (1), Virtual Printing Service (VPS), 24x7 Support.� Information is being collected from all potential sources at this time. Each company responding should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. �� The North American Industry Classification System (NAICS) code assigned to this acquisition is 511210, Software Publishers, with a size standard of $41.5M. �Firms responding should indicate their size in relation to this size standard. � All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract. � Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. �Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. �Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. � Any information submitted by respondents to this request for information is voluntary. �This request for information notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. Submit request for information packages via e-mail to Brandon Wetzel at brandon.wetzel.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads �Report2Web (R2W) Software License�. If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. �Filters are designed to delete emails without a subject or with a suspicious subject or attachments. �Attachments with files ending in .zip or .exe are not allowable and will be deleted. �Ensure only .pdf, .doc, or .xls documents are attached to your email. An AFLCMC Wright-Patterson Ombudsman has been appointed to consider and facilitate the resolution of concerns from respondents and others for this request for information. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this RFI. The AFLCMC Wright-Patterson Ombudsman is Col. Sean Tucker, Deputy Director, Acquisition Excellence & Program Execution Directorate, AFLCMC/AQ-AZ, 1790 10th St Bldg 572 Wright-Patterson AFB, OH 45433, (937) 255-5512 or sean.tucker.1@@us.af.mil. �� Questions related to this request for information must be submitted via e-mail to Brandon Wetzel at brandon.wetzel.1@us.af.mil NLT COB 13 June 2022. �No further questions will be entertained after that date. RESPONSES ARE DUE NO LATER THAN 23 JUNE 2022, 4 p.m. EST. � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd3c3667cbda4de2b25151d99bb9ef9e/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06333222-F 20220521/220519230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.