SOURCES SOUGHT
R -- AFCAA Cost Analysis Improvement Project
- Notice Date
- 1/9/2007
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AFCAASourcesSoughtNotice
- Response Due
- 1/19/2007
- Archive Date
- 2/3/2007
- Small Business Set-Aside
- Total Small Business
- Description
- AFDW Acquisition Division (A7K), 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305 This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. In accordance with Federal Acquisition Regulation (FAR) 5.207 this notice serves as the synopsis for the proposed government requirement for a non-personal services contract. This SOURCES SOUGHT synopsis is in support of a market survey. AFDW/A7KS seeks small businesses to provide the necessary personnel, with current and in place SECRET security clearances, under one contract for the National Capital Region. Potential sources should provide a capability package to include such items as: Company name & address; size status; NAICS code; small business, disadvantaged business status (if any); and if on a Government Wide Acquisition Contract (GWAC) exclusively set-aside for 8(a) vendors. Also, include points of contact and a brief summary of qualifications including a description of your organization's location. Place of Performance: Work under this contract will be performed at the Contractor facility. This is NOT a notice to advertise a solicitation; such notice may be issued at a later date. This notice is the first inquiry to determine if there are potential sources to provide resources for non-personal support services to the SAF/FMC within the National Capital Region. Support services under this inquiry may be issued in support of, but not necessarily limited to the following categories: 1) Analytical/Assessment Support, 2) Solution Development Support, 3) Support to provide Transparency of Processes, and 4) Implementation Planning Support. The analytical/assessment support tasks consist of how cost analysis supports the PPBE and Acquisition process, how Non-Advocate Cost Assessments (NACA) can be used by the Air Force across the PPBE and Acquisition process, and performance drivers at key budget process milestones that represent good predictors of final budget process outcomes. The solution development support tasks consist of providing written recommended solutions for (1) Improving the cost estimating process; (2) Increasing the effective use of Non-Advocate Cost Assessments; and (3) Improving the performance drivers/metrics. The written solutions will encompass required activity and accountability changes, personnel training needs, and culture/leadership/alignment needs. The support to provide transparency of process improvements tasks consist of providing (1) A strategic level process map that diagrams the high level cost workflow in the PPBE and Acquisition process; (2) A tactical level map will diagram how a specific Product Center uses cost estimating to support PPBE and Acquisition requirements; (3) Key estimating points to determine which cost estimates have the greatest impact on the AF budget and acquisition process; (4) A future state process map which defines the recommended, high-impact points for cost estiamtes; (5) An integrated organizational design that defines recommended improvements to structure (emphasis on correct accountability relationships and mechanisms) and that enables the future-state process. The Implementation Planning Support tasks consist of providing assistance in planning the implementation of improvements identified in this effort. The plan shall include (1) A specific acquisition program for initial implementation of the new design, (2) setting measurable cost estimating improvement goals for the initiative, and (3) identifying operational changes (both process and organization) that will be required to realize this improvement. The plan will also include necessary steps for obtaining buy-in from both key stakeholders and the workforce for organizational change. Request responses of interest and/or comments by 19 Jan 07 1500 Eastern Standard Time, to the Contracting Officer, Capt Tom Clohessy, thomas.clohessy@bolling.af.mil. Questions regarding this sources sought inquiry shall be made in writing and addressed to the contracting officer, Capt Tom Clohessy, thomas.clohessy@bolling.af.mil. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
- Record
- SN01207947-W 20070111/070109220617 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |