Skip to main content

An official website of the United States government

You have 2 new alerts

Cloud based commercial Maximo Application Suite (MAS 9) Software

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Oct 29, 2024 10:18 pm EDT
  • Original Published Date: Oct 28, 2024 06:33 pm EDT
  • Updated Response Date: Nov 01, 2024 08:00 am EDT
  • Original Response Date: Nov 01, 2024 08:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 16, 2024
  • Original Inactive Date: Nov 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DB10 - IT AND TELECOM - COMPUTE AS A SERVICE: MAINFRAME/SERVERS
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Beltsville , MD 20705
    USA

Description

Contract Opportunity: Sources Sought – Cloud based commercial Maximo Application Suite (MAS 9) Software.

PSC: DB10

NAICS: 513210

This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation for proposals or quotes and does not obligate the Government to award a contract. This notice is for informational and planning purposes only and shall not be construed as a solicitation or an obligation or commitment by the Government, nor is it a Request for Proposal (RFQ) at this time. Responses to this Notice must be in writing.

The purpose of this Sources Sought Notice is to conduct market research to determine the capability of United States based commercial manufacturing to provide the end products described below. For an end product to be considered manufactured in the United States, all manufacturing processes must take place in the United States and the cost of components mined, produced, or manufactured in the United States must exceed 60 percent of the cost of all the components.

The USDA-ARS, in NorthEast  Area, requires Cloud based commercial Maximo Application Suite (MAS 9) Software. Contractor must be Fedramp compliant.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine a business entity’s ability to compete for this acquisition. ARS will accept responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these supplies. Responses to this notice shall include the following: (a) company name; (b) address; (c) point of contact; (d) phone and email address; (e) ueiSAM Number; (f) a technical/capability statement and; (g) any relevant GSA Schedule numbers.

Please email capability statements to Connie Faulkner at connie.faulkner@usda.gov by the date and time stated in the Date Offers Due section noted above. Telephone inquiries will not be accepted. Please note " Cloud based commercial Maximo Application Suite (MAS 9) Software," in the subject line of the email.

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.

Respondents are also advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback about any of the information received. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation on sam.gov Contract Opportunities. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.

Contact Information

Contracting Office Address

  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA

Primary Point of Contact

Secondary Point of Contact





History