Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2013 FBO #4156
SOURCES SOUGHT

D -- Tax/Tariff Cost Recovery Review

Notice Date
4/9/2013
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PL83110035
 
Archive Date
5/16/2013
 
Point of Contact
Tina M. Voss, Phone: 6182299266, Anne K Keller, Phone: 618-229-9504
 
E-Mail Address
tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil
(tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Tax-Tariff Cost Recovery Review CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PLD), Defense Information Technology Contracting Organization (DITCO)-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL AND FUNCTIONAL DESCRIPTION to determine the availability and technical/functional capability of small businesses (including the following subsets, Small Disadvantages Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA is seeking information for potential sources for functional and technical consulting support services to be provided by the contractor to perform analytical services that examine overpayments of domestic and foreign taxes and telecommunications tariffs and to support the implementation of a remediation plan to minimize future tax and tariff overpayments. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. CONTRACT/PROGRAM BACKGROUND: There is no existing contract for the work being described. Anticipated Period of Performance: 1 June 2013 - 31 May 2014 Place of Performance: Work will be performed primarily at the Government's site (DISA.CFE81, 2300 East Drive, Building 3600, Scott AF BASE, IL 62225). If the Government requires additional office space within Building 3600 on Scott AF Base, the contractor may be asked to move personnel out of that building. Additional meetings and work may be required at various locations. REQUIRED CAPABILITIES: Program Management The Contractor will conduct a detailed analysis to identify erroneous tax and telecommunications tariff payments from telecommunication invoices/payments as well as Purchase Cards (P-Cards) and other purchase transactions; retrieve necessary/relevant documentation to develop refund claims and pursue recovery with appropriate jurisdictions and/or vendors, and perform follow up administrative proceedings as necessary. The contractor will provide recommendations to remediate the cost leakage. The contractor will provide continuing project management and support. Contractor will plan, organize, and manage functional and technical resources to ensure the successful completion of requirements and projects, as defined by the task order. Contractor will conduct status meetings/briefings as needed by DISA andprovide monthly status reports and updates on the project as needed. The contractor will develop a remediation plan for process and control improvements and to minimize recurring improper tax and tariff payments. SPECIAL REQUIREMENTS Contractor personnel will have unescorted access in a DoD Controlled area and, therefore, MUST have security clearance minimum level of Secret based on a favorable National Agency Check with Law and Credit (NACLC) investigation. The NACLC will be used as the initial investigation for contractors at the Confidential, Secret access levels. Specified Skills Required. In order to accomplish the requirements of the PWS, it is desired that the contractor possess the following skills: Detailed knowledge (having used extensively and capable of demonstrating the skill at a senior level of proficiency) of the following: • MS Visual Basic (specifically.Net), HTML, Active Server Pages, XML, Cognos, DynamicPDF. • Oracle 11g RDBMS and Structured Query Language (SQL0, database stored procedures and triggers. • Windows Communication Foundation, PL SQL, Oracle Scheduler • Standard Office automation software; especially: MS Word, Excel, Project, PowerPoint, Access, Visio of 2007. Working knowledge (having classroom instruction and /or minimal experience of product or similar products) of the following: • TOAD, BI-Query • Mainframe applications including Answer: Report and Answer: Forms by Sterling Software (QUIKWRIT, QUIKJOB), 4TH Dimension Software Inc. Control-M Scheduler, Systemware's XPORTER, CA LIBRARIAN, Customer Information Control System (CICS), JES2, TSO, Candle's CL/Supersession, and IBM's Network Control Program (NCP). • Cincom's SUPRA/TOTAL and SUPRA/SQL DBMS • Mainframe Oracle RDBMS and SQL • Large-scale telecommunications, contract, finance and accounting systems. REQUEST FOR INFORMATION: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611, with the corresponding size standard of $14M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 1 May 2013, 4:00 PM Central Daylight Time (CDT) to michael.l.morton16.civ@mail.mil and tina.m.voss.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical/Functional description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83110035/listing.html)
 
Place of Performance
Address: DISA CFE81, 2300 EAST DRIVE, BLDG 3600, Scott Air Force Base, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03032120-W 20130411/130409234555-76b5e9cf3cf875cdf51d473628ab63dc (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.