Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOURCES SOUGHT

R -- Contract Management Planning And Surveillance System COMPASS - Package #1

Notice Date
7/24/2012
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
F1ATB12121A002
 
Archive Date
8/11/2012
 
Point of Contact
Captain Zella L. Johnson, Phone: 210-395-9826, Sheldon Washington, Phone: 210-395-9821
 
E-Mail Address
zella.johnson@us.af.mil, sheldon.washington.2@us.af.mil
(zella.johnson@us.af.mil, sheldon.washington.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMPASS PWS dated 18 June 2012 Air Force Medical Support Agency (AFMSA) Contract Management Planning and Surveillance System (COMPASS) and Data Analysis This is a sources sought synopsis only. This is NOT a solicitation request for proposals or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether they are small businesses, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses, or small disadvantaged businesses; and (3) their size classification relative to North American Industry Classification System (NAICS) code 518210, Data Processing, hosting, and Related Services, with a small business size standard of $25.0M for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. A determination by the Government not to compete this requirement as a set-aside based on responses to this notice is solely within the discretion of the Government. Interested parties are expected to review this notice and the Performance Work Statement (PWS) to familiarize themselves with the requirements of this project. Scope: The Contractor shall provide non-personal services for "Contract Management Planning and Surveillance System (COMPASS) Data Analysis", (referred to as COMPASS support personnel) at Military MTFs and Headquarters of the Surgeon General (HQ SG). Locations include, Keesler Air Force Base (AFB), MS, Travis AFB, CA, and HQ SG at Falls Church, VA. Contractor personnel shall perform services and support compatible with the facility's operating capacity and equipment. Contractor personnel assigned to any resultant contract from this solicitation will be required to sign a non-disclosure agreement concerning government information (See PWS paragraph 2.2.12). This agreement shall be completed by the contractor and approved by the government prior to utilization. In addition the contractor shall provide COMPASS - Commodity Contract Management, Planning and Surveillance System available for sale by: Standard Technology, Inc (STI) 7315 Wisconsin Ave., Suite 900W Bethesda, MD 20814 Phone: 301-913-9651 COMPASS provides a single vantage point from which to monitor and manage MTF budget execution by Contract or Commodity Account - for Contract Officers, CO Representatives, Analysts, Logisticians, Manpower Managers and Financial Managers. Tracks Funding and Invoices, all at CLIN-level detail Projects overspend and underspend conditions Tracks Staffing by Position by Name, including Timesheets and automatic timesheet-invoice reconciliation Alerts users to problem areas through an Expert Rule Analyzer, which constantly checks hundreds of conditions Allows monitoring at Department level, MTF, or at higher levels of consolidation Web-based, requiring only a Web Browser to use, and available in Army, Air Force and Navy versions Project Requirements: Please see attached PWS for specific project requirements Capability Statement/Information Sought: Sources are expected to have the personnel and experience to provide non-personal services to AFMSA/SG8 as well as provide a system capable of performing the task described in the PWS. Tailored capability statements shall demonstrate a clear understanding of all tasks specified in the draft PWS. Information Submission Instructions: 1. Page limitations: Interested qualified small business organizations shall submit a capability statement for this requirement not to exceed twenty (20) single spaced pages including all attachments, charts, etc. (12 point font) that clearly details the firms ability to perform the aspects of the notice described above and in draft PWS. Capability statements shall also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concerns name and address, point of contact, and DUNS number). 2. Delivery Point: All capability statements sent in response to this sources sought synopsis must be submitted electronically (via email) to Contract Specialist, Captain Zella Johnson at Zella.Johnson @us.af.mil and Sheldon Washington at sheldon.washington.2 @us.af.mil using MS Word or Adobe Portable Document Format (PDF). The email subject line must specify Air Force Medical Support Agency (AFMSA) Contract Management Planning and Surveillance System (COMPASS) and Data Analysis. Facsimile responses will not be accepted. 3. Response Date: Electronically submitted capability statements are due no later than 2:00 PM Central Standard Time (CST) on Friday, July 27, 2012. Capability statements received after this date and time will not be considered. 4. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this sources sought synopsis or any future requests. The Government reserves the right to use information provided by any respondent for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). Do not submit proprietary, classified, confidential, or sensitive information in your response without the permission of the submitter. Information submitted will become the property of the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1ATB12121A002/listing.html)
 
Place of Performance
Address: Please see PWS paragraph 7.0, United States
 
Record
SN02812880-W 20120726/120724235249-42032b81022b63581490d1c082ea79c3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.