New Jersey Bids > Bid Detail

Product Life Management SAP Migration

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159970028157173
Posted Date: Nov 21, 2023
Due Date: Dec 21, 2023
Source: https://sam.gov/opp/27756be722...
Follow
Product Life Management SAP Migration
Active
Contract Opportunity
Notice ID
W15QKN24X0YL7
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2023 04:39 pm EST
  • Original Response Date: Dec 21, 2023 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DH01 - IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR)
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Picatinny Arsenal , NJ 07806
    USA
Description

The U.S. Army Contracting Command – New Jersey, on behalf of U.S. Army Combat Capabilities Development Command – Armaments Center (CCDC AC), Systems Engineering Directorate (SED) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide migration of SAP/Product Life Management (PLM) functions and data to Windchill/Enterprise Product Data Management (ePDM) functions and database.



Customer estimates roughly 1.7 million Technical Data Packages and Associated documents to be migrated.



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”



BACKGROUND:



The applicable NAICS code for this requirement is 541519 – Other Computer Related Services with a Small Business Size Standard of $34.0M. The Product Service Code is DH01 (IT and Telecom – Platform Support Services: Database, Mainframe, Middleware). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s), and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above. All data should be sent at no cost to the US Government by 21 DECEMBER 2023 to the US Army CCDC AC. ATTN: Sonji A. Epps, sonji.a.epps.civ@mail.mil . In addition, please provide the firm’s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.).



This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.



The official response must be submitted to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Sonji A. Epps, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: sonji.a.epps.civ@mail.mil. Phone inquiries will not bely addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 21, 2023 04:39 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >