SOURCES SOUGHT
D -- System for Award Management (SAM) and Contractor and Government Entity (CAGE) Support – Department of Defense (DoD) Contractor& Training Support
- Notice Date
- 1/6/2014
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related 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
- PL831200007
- Archive Date
- 2/20/2014
- Point of Contact
- Tina M. Aviles, Phone: 6182299548
- E-Mail Address
-
tina.m.aviles.civ@mail.mil
(tina.m.aviles.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the System for Award Management (SAM) and Contractor and Government Entity (CAGE) Support - Department of Defense (DoD) Contractor& Training Support. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency (DISA), Defense Information Technology Contracting Organization (DITCO), Non-DISA Services and Mission Support Section (PL8312), 2300 East Drive, Scott AFB, IL 62225. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) and other than small businesses to provide the required products and/or services. The Office of the Secretary of Defense, Acquisition Technology & Logistics, Defense Procurement and Acquisition Policy (OSD/AT&L/DPAP) is seeking information for potential sources to provide support for vendors registering in the SAM system and obtaining/maintaining their CAGE code(s) as the Tier 2 Registration Assistance Center (RAC). The Tier 2 (RAC shall assist vendors with direct one-on-one assistance for their SAM registrations and CAGE code applications; as well as develop training materials to assist both the contractor and government communities in this effort. The RAC will also assist the CAGE Code Program Office and OSD/AT&L/DPAP in the implementation of collection of entity ownership data for CAGE code registrants. Special note: This requirement does not support the federal SAM application directly - it is NOT the primary SAM help desk under the program managed by the General Services Administration. 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: Contract Number: HC1028-13-P-0074 Contract Type: Firm Fixed Price (FFP) Incumbent and their size: Battelle Memorial Institute, non-profit organization Method of previous acquisition: Sole Source The requirements for the SAM/CAGE - DoD Contractor and Training Support are to provide support for contractors registering in the SAM system and obtaining/validating a CAGE code. The contractor will assist contractors with direct one-on-one coordination with their SAM registrations. The contractor will focus in the following functional areas in order to assist contractors to successfully obtain a CAGE code and process through the SAM system: • CAGE processing issues related to SAM Entity Management • Questions about obtaining a CAGE code • Questions about CAGE validation • Registration has taken longer than 1 week to process • Customer Relationship Management (CRM) processing requests • Urgent assistance requested due to pending grant, contract, or payment. • Training Support • Includes but not limited to: webinars, training materials, one-on- one direct assistance. • Includes translation of provided training materials into a limited set of foreign languages including, but not limited to Spanish, French, German, Arabic, Korean, and Japanese). • Data Cleansing • Validation of CAGE codes and their associated properties. • Parent/Child Relationship review • Researching and creating corporate structures. The period of performance for this contract is one year from award date, estimated to be on/or about May 19, 2014, plus one option year. Place of Performance: the Hart-Doyle-Inouye (H-D-I) Federal Center, 74 North Washington Avenue, Battle Creek, MI, on-site in the government offices where the DLA Logistics Information Service is located. On-site government desk space is available for up to seven people. REQUIRED CAPABILITIES: The contractor shall accomplish the following three (3) specific tasks in support of this contract: 1. Registration Assistance Services: The Tier 2 RAC contractor shall provide inquiry coverage (e-mail, fax, telephone and Internet) via support to vendors and referred CRM processing requests on regular business days via continuous coverage from 0730-1800 EST/EDT, Monday through Friday (federal holidays excluded). This support shall be addressed in the Monthly Status Report, Workload Accountability Report, and informal daily and weekly e-mail reports as required. In the operation of the Tier 2 RAC, contractor personnel shall provide contractor support and/or data entry specifically for: • CAGE Support in SAM system: a. New registrants needing assistance with obtaining CAGE codes while registering in SAM with Entity Management records. b. Updates or changes to CAGE codes while modifying SAM contractor profiles for their Entity Management records c. Annual Entity Management renewals against CAGE codes in the SAM database via the Internet at the SAM.gov World-Wide-Web page. d. Ownership data in their SAM or CAGE code records. • Cases where direct one on one coordination is needed with CRM processing requests for expedited processing in support of: a. New registrants in SAM submitting their Entity Management records b. Updates or changes to SAM contractor profiles for their Entity Management records c. Annual Entity Management renewals in the SAM database via the Internet at the SAM.gov World-Wide-Web page. d. CRM processing requests escalated from the Tier 1-CIC Help Desk, DoD Component representatives, and OSD representatives. • CAGE PMO and Congressional assistance as required, including troubleshooting when pertaining to CAGE support. Contractor personnel shall use the variety of online tools available to verify data element integrity and accuracy (e.g. North American Industrial Classification System (NAICS) codes, Data Universal Numbering System (DUNS) numbers, telephone numbers, and debarred contractors, Provisioning Roles, and Merchant Category Codes). Tier 2 RAC Support to CAGE includes performing any of the following tasks in support of CAGE vendors, CRM processing requests and/or in association with a Congressional CRM processing requests: • Entity Management Registration/Update/Renewal Support in response to CAGE support. • General Entity Management Registration Assistance a. User Migration Issues. b. Server issues - SAM pages won't display/unscheduled downtime. c. Registration accidentally deactivated. d. Registration has taken longer than 1 week to process. e. Registration assistance - urgent assistance requested due to pending grant, contract, or payment. f. Issues with Data Access Requests (individual and system). g. Questions regarding banking/financial information. h. Issues with countries such as Iran, Iraq, Cambodia, Afghanistan information not coming over from D&B and the user has already sent the email to govt@dnb.com. i. Issues with Out of business status codes and the user has already sent the email to govt@dnb.com however no change in SAM. j. Issues with SBA information not updating SAM. k. Questions regarding contract protests and information needed (beyond what appears in representations and certifications section of SAM) like IP address of submitter, email and phone no. of submitter. l. Requests for detailed information about the questionnaire (representations and certifications related). m. System Errors on pages. n. Questions about how to download/print all exclusions. o. Detailed 508 Compliance questions. p. Questions about CAGE validation. q. How to add an Agency to the hierarchy. r. Issues involving one Administrator who is no longer employed, available, and there are no other Administrators. s. NAICS code support. t. Troubleshoot error messages within the application to assist contractor in successful completion of registration. u. Data Entry Registrations received via various electronic and paper-based formats will be processed electronically and keyed in to the Entity Management database support. v. How to add owner entities and their associated CAGE codes to a registration. w. How to obtain CAGE codes for owner entities. • CAGE support to include but not limited to: a. Attend CAGE meetings as requested and provide necessary information to CAGE team members. b. Provide recommendations to the CAGE PMO to assist in resolving programmatic problems. c. Participate in and complete all DoD mandatory training as required. d. Personnel on-site shall be available for similar services in other areas not affiliated with CAGE if mutually agreed to by the contractor and the Government, and the tasks fall within the limits of this PWS, including its normal hours of operation. e. Provide support as needed for data cleansing for CAGE. • Validation of CAGE codes and their associated properties. f. Provide support for parent/child work. • Researching and creating corporate structures. • Utilizing Applications for CAGE Support: a. Capture all call/actions in the call center software tool(s); RightNow (RN) Application. b. Capture all call/actions in the call center software tool(s); CRM Application. c. Web CAMS 2. SAM and CAGE Applications and Requests Handling: The Tier 2 RAC contractor shall process SAM Entity Management and CAGE code applications that are received at the Tier 2 RAC. Inbound applications and requests can be received via mail, fax, Internet, and e-mail. Applications shall only be processed electronically. Data entries and edits shall be made in the SAM Entity Management database only if they are relating to supporting a vendor's processing. This support shall be addressed in the Monthly Status Report, Workload Accountability Report, and informal daily and weekly e-mail reports as required. Tier 2 RAC contractor shall follow existing documented procedures (available upon request) or new procedures provided by DLA Logistics Information Service CAGE PMO for the secure handling, storage, disposal of any hard copy and/or electronic submissions of contractor data, if needed. Any hard copy data shall be organized in a format that provides immediate availability upon request from the CAGE PMO. The hard copy submissions shall be organized in a secure yet mutually accessible location to provide immediate availability upon request from the CAGE PMO. Upon completion of this contract, all hard copy submissions of contractor registration information shall be provided to the CAGE PMO. The hard copy submissions remain the property of the U.S. Government. The Tier 2 RAC contractor shall maintain strict confidentiality of sensitive financial information. 3. Project Management: The contractor shall provide operational and administrative support to include management of the personnel performing tasks under this PWS. The Project Manager shall meet with the OUSD (AT&L)/DPAP and the CAGE PMO for bi-weekly progress update meetings as requested. The contractor shall document Standard Operation Procedures with assistance from the CAGE Program Management Office and updated by the contractor, as requested by the CAGE PMO. The contractor shall conduct outreach and training events as required. The contractor shall develop and maintain basic training tools (e.g., electronic handouts/pamphlets, on-line presentations, podcasts, webinars) to address specific trouble areas experienced by vendors in registering in SAM. Under this task contractor shall also provide training to all contractor staff acting as Tier 2 RAC contractor service representatives on a variety of subjects including: personal computer operations and software, contractor service practices, Internet and e-mail usage, inquiry management software, telephone skills, DoD electronic business/electronic commerce initiatives. This training shall occur both prior to RAC activity for new-hires and shall also be an on-going component of the employee's resource development plan. Training shall include but not be limited to: providing assistance through the use of the Internet referral tools to determine NAICS, and other codes; the use of GSA/DLA supplied call center software tool(s) SPECIAL REQUIREMENTS: The majority of on-site contractor personnel at any time during potential contract performance, including at time of award, must be experienced with both the SAM and CAGE code applications and have an understanding of the functional and policy requirements related to both processes. The contractor is expected to have an internal training plan in place for new hires. The contractor shall provide personnel background checks in accordance with corporate human resource policies at the time of hiring and will further conduct periodic follow-on checks of staff criminal background, financial history and drug use activity as required. All contractor staff shall submit signed and dated SF85P, photocopies of birth certificates or passports, and fingerprints on form FID 258 to the cognizant DoD security clearance activity in order to satisfy the Government security requirements for Public Trust positions. Tier 2 RAC staff shall follow procedures for site access to include key control and prominently displayed identification badges. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $25,500,000.00. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from 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, HUB Zone 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 (if applicable); 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 February 5, 2014 by 12:00 PM Central Standard Time (CST) to tina.m.aviles.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 Description. Capabilities statement package should include a brief description of experience / knowledge of CAGE code and/or SAM processes and policies, as well as an acknowledgement of the requirement for on-site personnel at the identified place of performance. 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 personal 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/PL831200007/listing.html)
- Place of Performance
- Address: Place of Performance: the Hart-Doyle-Inouye (H-D-I) Federal Center, 74 North Washington Avenue, Battle Creek, MI, on-site in the government offices where the DLA Logistics Information Service is located. On-site government desk space is available for up to seven people., Battle Creek, Michigan, 49037, United States
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN03262066-W 20140108/140106234730-0e4c044a4e4e3d3d4ca098bc097a3643 (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 |