Federal Bid

Last Updated on 30 Jun 2015 at 8 AM
Sources Sought
Location Unknown

Feature CAM Software

Solicitation ID FA2521-15-Q-B112
Posted Date 03 Jun 2015 at 8 PM
Archive Date 30 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states
 

SOURCES SOUGHT:  THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!  It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. 

The Request for Quotation (RFQ) number is FA2521-15-Q-B112 shall be used to reference any written responses to this sources sought. 

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.  The North American Industry Classification Systems (NAICS) Code proposed 334614.  The size standard for NAICS  is 750 employees.  

The requirement is for renewal of annual software maintenance support of FeatureCAM software .  

0001  FeatureCAM Software Support Renewal, 12 month, 2-seat RMS      1  Each  

Salient Characteristics: 

1. Support must be provided by an authorized Feature CAM reseller

2. Compatible w/3-D, 3-axis, 4-axix, and 5-axis systems.

3. Ability to provide all service packs, updates and future version upgrades.

4. Ability to provide technical support via telephone.

The FeatureCAM software with two FLEX license managers (Dongle 102993-1 & 102993-2) with no retrictions on the number of end users on an isolated unclassified network.  This project supports R&D fabrication for 3-D, 3-axis, 4-axix, and 5-axis systems.

45 CONS is interested in any size business that is capable of meeting this requirement. 

The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement.   The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.  

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision."   

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. 

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought 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. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). 

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.  

Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. 

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. 

Responses may be submitted electronically to the following e-mail address:  [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-13-Q -B112,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.  

RESPONSES ARE DUE NO LATER THAN 15 June 15.

 Approved

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Jul 2015 at 12 PM
Fairchild air force base Washington 02 Jun 2021 at 10 PM
Location Unknown 29 Mar 2013 at 7 PM
Bureau Illinois 08 Jun 2012 at 3 PM

Similar Opportunities

Kearneysville West virginia 15 Jul 2025 at 5 PM
Columbus Ohio 14 Jul 2025 at 4 AM
Shaw air force base South carolina 30 Jul 2025 at 6 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM
Patrick air force base Florida 22 Aug 2025 at 5 PM