Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Microsoft Silverlight Applications Conversion

Process Number M6700422Q1000

USA

Dates:


Notice ID:

M6700422Q1000

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

COMMANDER

Office:

COMMANDER

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 30, 2021 12:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 15, 2021

Initiative:
  • None***--***

Classification:


NAICS Code:

541511 - custom computer programming services

Description:


Original Set Aside:

Sources Sought/Request for Information The Contract Support Management Office (CSMO), Blount Island Command (BICmd) located at the Marine Corps Support Facility Blount Island (MCSF-BI) Jacksonville, Florida, is interested in identifying sources for a Firm Fixed Price (FFP) contract to convert eight (8) applications used in Marine Corps Platform Integration Center (MCPIC) from a Microsoft Silverlight front end to a Hypertext Markup Language revision 5 (HTML5) compliant technology. These applications must be converted and all services completed prior to 1 October 2022. Silverlight has reached its end of support from Microsoft, however, the Marine Corps has extended its use until 1 October 2022. Please refer to the requirements described in the attached Draft Performance Work Statement (PWS) in the preparation of the requested capability statement. This requirement will utilize NAICS Code 541511, Custom Computer Programming Services, with a size standard of $30.0M (as of 19 August 2019 reference www.sba.gov prior to responding to this RFI for updates to the table of size standards). The Government intends to award one contract for these services and is seeking information from business firms with the capability to provide the requirements in the PWS. Any company submitting a response to this sources sought announcement shall provide objective documentation of their capability to provide all of the software application conversion services in the PWS. Objective documentation includes descriptive experiential literature, price lists, and catalogs for all software application conversion capabilities. Capabilities documentation must not exceed 25 pages. The submission of this information is not to be construed as a commitment by the Government to procure any services. The information derived from this sources sought announcement is to be used for market research and acquisition planning for the future development of a solicitation to meet the requirement for BICmd software application conversion services and for the determination of availability of capable vendors for socio-economic set-aside consideration. Marine Corps’ BICmd is looking for industry to provide current, accurate, and relevant information to determine whether the Government's needs can be met by services of a type customarily available in the common marketplace; service of a type customarily available in the marketplace with modifications; or services used exclusively for government purposes. Any company submitting a response to this sources sought announcement shall provide by 12:00 pm Eastern Daylight Time (EDT) on 30 November 2021: Company name, DUNS number, street address and point of contact with phone number and email address. Confirmation of current SAM registration. Please identify your Company’s size status (i.e. Small Business, 8(a) Program Participant, HUBZone, SDVOSB, WOSB, EDWOSB, or Other than Small Business) for NAICS 541511, Custom Computer Programming Services. Identify experience providing similar software application conversion services, specifically addressing how your experience and capabilities correlate to the requirements described in the PWS. Identify current Federal Supply Schedules (if relevant) and expiration date. ATTN: Telephonic inquiries will not be accepted. The information provided will be considered to determine the socio-economic set-aside of the requirement based on responses from capable companies. This SSS/RFI is issued solely for information and planning purposes and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this SSS/RFI. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responses to this SSS/RFI will not be returned. The Government does not reimburse respondents for any costs associated with submission of the information being requested/received, nor reimburse expenses incurred to interested parties for responses to this SSS/RFI. All documentation shall become the property of the Government. Any information submitted by the respondents to this request for information is strictly voluntary. If respondent’s information contains proprietary data, please clearly mark as such, and restricted or proprietary data will be handled accordingly. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. Please submit all responses to both points of contact listed with this announcement.

Attachments / Links:


Document Size Updated date Download

Contact Information:


MARCORLOGCOM 814 RADFORD BLVD STE 20313

ALBANY , GA 31704-0313

USA

Primary Point of Contacts:

Brittany Jackson

Secondary Point of Contact:

Sylvester Williams