The RFP Database
New business relationships start here

Notice of Intent - WinEst Pro Plus S/W


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The United States Army Engineering and Support Center, Huntsville (CEHNC), 475 Quality Circle, Huntsville AL 35816 is seeking information from industry to assist with the development and planning of a software procurement.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

CEHNC, in support of the U.S. Army Installation Management Command (IMCOM) Headquarters, is seeking responses from interested responsible vendors, in reply to this Notice of Intent.

CEHNC intends to solicit and negotiate a firm fixed-price contract for WinEst Pro Plus software licenses and WinEst RS Means Facilities Bundle licenses; on a sole source basis to Trimble Inc. (cage: 4VEY7), for purchases that exceeds the Simplified Acquisition Threshold (SAT), under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2)(iii)(A), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."

Trimble is the sole manufacturer and distributor of WinEst Pro Plus cost estimating software which is a proprietary software application and it has an originally programmed interface that utilizes RS Means Cost database information in a unique way. Trimble is the sole provider of maintenance and support services for this licensed software program and is the only source of its updates and new licenses. Additionally, Trimble is the sole provider of certified trainers and implementers of WinEst estimating software to Government agencies and public sector organizations.

IMCOM requires U.S. Army Certificate of Networthiness (CoN) compliant (active CoN) RS Means Construction Cost Estimating software licenses.  

IMCOM will accept other security certifications in lieu of an active CoN as follows:

1. Signed Authority to Operate (ATO) by DoD CIO Approving Official, and or

2. FedRamp Certified  Server in a DISA approved Environment (for SaaS)

In accordance with U.S. Army Regulation (AR) 25-1, the CoN program has sunset and no ability exists to renew or obtain new CoNs.  Only software with an active CoN, ATO, or FedRamp certified servers for SaaS may be deployable on the Army's network.  Exceptions or waivers for software in the process of being ATO certified or FedRAMP certified may exist but are not widely known at this time and will not be achievable by 30 September 2019. 

 

Minimum IMCOM Requirements (salient characteristics) are as follows:

·        S/W must be loaded with cost books (construction, Assemblies, Maintenance & Repair), Preventative Maintenance Task, and General Maintenance Cost Data and be compatible with RSMeans cost data

·        S/W must be have an active unexpired CoN, approved ATO, or be FedRAMP certified meet security certification requirements in accordance with AR 25-1

·        S/W must be able to export to Primavera or MS Project for Scheduling

Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is neither a request for competitive proposals nor a solicitation for offers. However, all responses received by 24 September 2019, 2:00 pm CT will be considered by CEHNC. A determination by CEHNC not to compete this requirement is based upon responses to this notice solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Any interest party may inquire with the below point of contacts.

 In response to this sources sought, please provide:

1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Include the subject of the acquisition, this announcement, and the CEHNC Point of Contact (POC) information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Please, identify if your product has Army CERTIFICATE OF NETWORTHINESS and include the date of the expiration for the certificate.

2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4. Information in sufficient detail regarding your proposed S/W alternative and demonstrate how it meets the minimum requirements. Indicate whether you are a prime contractor or reseller and include pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how CEHNC can best structure these contract requirements to facilitate competition, including competition among small business concerns.

Send your response to Arlene.C.Brown@usace.army.mil and to Michael.A.Metje@usace.army.mil


Arlene Brown, Contracting Officer, Email arlene.brown@usace.army.mil - Michael Metje, Contract Specialist, Email Michael.A.Metje@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP