System Evaluation & Estimation of Resources (SEER) Software Licenses, Training, and Consulting Support
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 (Original)
- Original Published Date: May 16, 2023 05:36 pm EDT
- Original Response Date: Jun 02, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541611 - Administrative Management and General Management Consulting Services
- Place of Performance: Fort Belvoir , VA 22060USA
Description
THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, Market Research.
The Deputy Assistant Secretary of the Army for Cost and Economics (DASA-CE) is requesting CAPABILITY STATEMENTS to identify capable sources that can provide the necessary resources and expertise to provide Software Evaluation and Estimation of Resources (SEER) software, license, training, and consulting support. The current provider of the requirement is Galorath, Inc., 222 N. Sepulveda Blvd. Suite 1700, El Segundo, CA 90245. Galorath owns the rights to the SEER software suite licenses, training, and consulting support. They are the only known vendor capable of providing this specialized software and service to the Army.
This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. Capability Statements, including attachments, are limited to 25 pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5:00 PM Eastern Time on 2 June 2023.
All interested parties should send responses and any comments/questions in either Microsoft Word or Portable Document Format (PDF), via email, to the Contract Specialist LaTischa Castro at latischa.r.castro.civ@army.mil. Please include the answers to the following questions in the response. Answers to all the questions are required to determine your capability.
- Organization name, address, CAGE Code, Unique Entity ID, and website address. Point of Contact (POC) name, telephone number, and email address.
- Size and type of ownership (Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern (SDVOSB) under NAICS code 541611.
- Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.
- Please indicate if your company holds a General Services Administration (GSA) or other similar Government-Wide Contracting Vehicles.
The Government will evaluate market information to ascertain potential market capacity to:
- Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;
- Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;
- Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and
- Provide services under a performance-based service acquisition contract.
All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this SSN does not preclude participation in any future request for proposal (RFP), if one is issued. If a solicitation is released it will be synopsized on the Contract Opportunities Section of the SAM.gov. website at www.sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Attachments/Links
Contact Information
Contracting Office Address
- 109 ARMY PENTAGON
- WASHINGTON , DC 20310-0109
- USA
Primary Point of Contact
- LaTischa Castro
- latischa.r.castro.civ@army.mil
Secondary Point of Contact
History
- Jun 17, 2023 11:58 pm EDTSources Sought (Original)