Maryland Bids > Bid Detail

JA Investigative Licenses

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
Opps ID: NBD00159335162432299
Posted Date: Apr 12, 2023
Due Date: Apr 14, 2023
Solicitation No: FY23_JA_Investigative_Licenses
Source: https://sam.gov/opp/f206fba488...
Follow
JA Investigative Licenses
Active
Contract Opportunity
Notice ID
FY23_JA_Investigative_Licenses
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA7014 AFDW PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2023 12:54 pm EDT
  • Original Response Date: Apr 14, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    JB Andrews , MD 20762
    USA
Description

SOURCES SOUGHT



The Air Force District of Washington (AFDW), Enterprise Contracting Office (PKH) intends to award a contract for a web-based subscription service for 5 users with access to public, proprietary and fraud data on people and businesses allowing for independent online Air Force trial defense investigations to include customer service, training and support.



Contracting Office Address: AFDW/PK, 1500 W. Perimeter Road, Joint Base Andrews MD 20762



Introduction:



This communication is market outreach to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services.



AFDW/PK is seeking information for potential sources for a web-based subscription service for 5 users with access to public, proprietary and fraud data on people and businesses allowing for independent online Air Force trial defense investigations to include customer service, training and support.



Disclaimer:



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



Contract/Program Background:



N/A.



Brief description of the previous program/effort:



N/A.



Anticipated Time Frame of New Requirement:



This requirement will be for a base year and four one-year option periods. The new requirement period of performance will begin in April or May 2023.



List Place of Performance:



N/A.



Required Capabilities:



Require contractor speak to the following capabilities for the subscription:




  • Web-based Subscription Service; 5 users.

  • Access to public, proprietary and fraud data on people and businesses allowing for independent online Air Force trial defense investigations.

  • Customer service, training and support.



Special Requirements:



N/A.



Sources Sought:



The anticipated North American Industry Classification System Code (NAICS) for this requirement is 513210 – Software Publishers, with the corresponding size standard of $47,000,000.00.



To assist AFDW/PK in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.



Submission Details:



Responses should include:




  1. Business name and address

  2. Name of company representative and their business title

  3. Type of Business (Large/Small etc.)

  4. Cage Code

  5. Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)



Vendors who wish to respond to this should send responses via email NLT 14 April at 3:00 PM Eastern Daylight Time (EDT) to Blakeley Powell (blakeley.powell.1.ctr@us.af.mil) and Margaret Santos (margaet.santos@us.af.mil). Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this requirement description.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 2997 1500 W PERIMETER RD STE 5750
  • ANDREWS AFB , MD 20762-6604
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2023 12:54 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >