THIS IS A Sources Sought Notice ONLY. The U.S. Government is conducting market research to identify potential sources capable of providing Maintenance and Support of the Conexus/Plexus Vision Asset Tracking and Management System with Radio Frequency (RFID) at Fort Bliss, Texas. At present, the Government understands that Conexus is the only source capable of providing the required maintenance and support for this system. However, this Sources Sought Notice is issued to determine whether other qualified small business sources exist that could meet this requirement.
If two or more qualified small businesses demonstrate the capability to meet the Government’s needs either directly or through partnerships or licensing arrangement the Government may consider a competitive small business set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 541511, Custom Computer Programming Services with a size standard of $34M.
A new requirement for Maintenance and Support of the Conexus/Plexus Vision Asset Tracking and Management System with Radio Frequency at Fort Bliss, TX is being procured. Attached is the Performance Work Statement (PWS).
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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.
2. 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.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The estimated period of performance consists of one (1) Base Year of 12 months and two (2) option years of 12-months each with performance commencing in September 2025. The contract type is anticipated to be Firm-Fixed Price.
3a. Description of your capability to meet the requirement, including experience with:
- The Conexus/Plexus Vision Asset Tracking and Management System
- RFID-based asset tracking solutions
- Any licensing, authorization, or partnership agreements with Conexus (if applicable)
4. Information to help determine if the requirement 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.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Interested parties are requested to submit a capabilities statement. The deadline for response to this request is no later than 11 AM, MST, 23 July 2025. All responses under this Sources Sought Notice must be emailed to KS Miriam Lerma at miriam.lerma.civ@army.mil and KO Alan R. Lambert at alan.r.lambert4.mil@army.mil.