SOURCES SOUGHT
D -- DMAPS Time and Attendance (TAA) Support
- Notice Date
- 10/31/2012
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-13-R-7000
- Archive Date
- 12/3/2012
- Point of Contact
- Travis E. Burke, Phone: 9376567475
- E-Mail Address
-
travis.burke@wpafb.af.mil
(travis.burke@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPOT MAINTENANCE ACCOUNTING & PRODUCTION SYSTEM (DMAPS) SUPPORT TIME AND ATTENDNACE (TAA) PURPOSE: This is a sources sought for market research purposes only. There is no solicitation available at this time. NAICS CODE: 541519 SIZE STANDARD: $25,000,000.00 BACKGROUND AND PURPOSE OF REQUIREMENT: The Information Technology Branch (AFLCMC/PZIT), Wright-Patterson AFB, OH, is conducting market research to determine the availability of potential sources capable of meeting the requirements for providing support to HQ Air Force Materiel Command (AFMC) at Wright-Patterson Air Force Base (WPAFB), Depot Maintenance Accounting and Production System (DMAPS) Program Management Office (HQ AFMC/A4NL PMO) for IT/systems technical sustainment support of the DMAPS Time and Attendance (TAA) system. This sources sought seeks DMAPS TAA application support in the following major area(s): assistance to the Government in defining functional, technical, and interface requirements; updating/initiating documentation including, but not limited to, training materials, user manuals, software and interface requirements specifications, requirements traceability matrix, critical design review, and operation manuals; performing quality assurance oversight; providing technical solutions and associated Rough Order of Magnitude (ROMs) estimates within thirty (30) days after request; supporting software test and production implementation; supporting customer acceptance test(s) as needed; and, providing sustainment support. In addition to the foregoing support, contractor personnel must have knowledge of general Air Force Logistics Complex (ALC) depot maintenance operations, Information Technology (IT) skills, Microsoft Office Suite (Word, PowerPoint, Access, and Excel), functional skills in AFMC Time and Attendance, or equivalent, collection and financial reporting, and must be able to understand and develop IT system requirements using documented objective statements, flow charts and diagrams. The contemplated support is for DMAPS TAA software sustainment, which is currently managed at two sites: Havelock Cherry Point, North Carolina and Cecil Field Office, Jacksonville, Florida. The Air Force anticipates awarding a base year and three (3) option years. The anticipated period of performance is 10 Mar 2013 - 9 Mar 2017. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set aside is appropriate. Note that a key factor in determining an acquisition to be a small business set aside is that small business prime contractors must perform over 50% of the effort, pursuant to FAR 52.219-14. Provide specific details as to how compliance with FAR 52.219-14 would be achieved, including any teaming arrangements or other means by which compliance will be attained. REQUEST FOR CAPABILITY PACKAGE: Interested parties are invited to submit capability statements not exceeding eight (8) typed pages. All capability statements should clearly indicate a respondee's ability to meet the Air Force's requirements as outlined in this Sources Sought. In your capability statement, please indicate whether your experience was as a prime contractor or sub-contractor; (2) whether it was in support of a Government or a commercial contract; and, (3) the scope of the experience. Please identify any teaming and/or subcontracting arrangements in any experience you identify in response to the this Sources Sought. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate the following: company name, address, point of contact, e-mail address, telephone number, CAGE code, company website, size of their business and, where applicable, their small business status (e.g. 8(a), Small Disadvantaged Business, Woman-Owned Small Business (etc.)). The North American Industrial Classification System (NAICS) code for this action is 541519 size standard $25,000,000. Firms must be registered in the System for Award Management (SAM) to be eligible for award of a contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM account. Please submit an electronic copy of your response to tim.hayes@wpafb.af.mil and travis.burke@wpafb.af.mil. Statements should be submitted no later than 30 November 2012, 5:00 p.m. EST. The Air Force does not intend to award a contract on the basis of this sources sought synopsis or otherwise pay for any information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. Any information submitted by respondents to this sources sought is voluntary and will be used only for the purpose of conducting market research. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be posted on the FedBizOpps (FBO) website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-13-R-7000/listing.html)
- Place of Performance
- Address: Havelock Cherry Point, North Carolina and Cecil Field Office, Jacksonville, Florida, United States
- Record
- SN02922015-W 20121102/121031234231-136c3911707fd52fc422c4ad2775b61c (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 |