SOURCES SOUGHT
D -- Comptroller IT System Analysis Services - PWS
- Notice Date
- 6/5/2014
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-14-R-0027
- Point of Contact
- Kim Mattingly, Phone: 618-256-0805, Katie S. Hoffmann, Phone: 6182569842
- E-Mail Address
-
kimberly.mattingly@us.af.mil, katie.hoffmann@us.af.mil
(kimberly.mattingly@us.af.mil, katie.hoffmann@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS SOURCES SOUGHT The 763d Specialized Contracting Squadron (763 SCONS) is seeking sources for the contemplated follow-on contract for Comptroller systems support and analysis for Headquarters Air Mobility Command's (HQ AMC) Comptroller Directorate (FM). CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron 507 Symington Drive, Rm W202 Scott AFB, IL 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Small Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman-Owned Small Business) to provide the required products and/or services. The 763 SCONS is seeking market information for potential sources capable of providing the services for Comptroller information technology systems analysis services, described herein. The Comptroller systems support and analysis includes professional services in support of multiple diverse financial management and transportation related systems in support of HQ AMC/FM, Scott AFB IL. Additional requirements are described in the attached Draft Performance Work Statement (PWS). Please note that this PWS is in DRAFT form and actual tasks required may change prior to solicitation. 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: This requirement is a potential follow-on to Contract FA8771-04-D-0003-RL45, currently being performed by Harris IT Services Corporation. The Government is contemplating use of Firm Fixed-Price CLINs. However, as no acquisition plan has been approved, the procurement strategy is subject to change. Additionally, there is currently no timeframe for potential RFP release. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a six-month base period, plus four one-year option periods. The estimated start date is 1 April 2015. REQUIRED CAPABILITIES: HQ AMC/FM requires comptroller systems support and analysis which includes professional services in support of multiple diverse financial management and transportation related systems at Scott AFB, IL. Financial systems knowledge and experience required to perform the task requirements include current, past, and future systems such as the Air Force Standard Desktop Computed Configuration, Microsoft Office, the Adobe Publishing Suite, LeaveWeb, Defense Enterprise Accounting Management System (DEAMS), Defense Joint MilPay System (DJMS), DEAMS Component Billing System (DCBS), Global Air Transportation Execution System (GATES), Global Decision Support System (GDSS), and the Defense Travel System (DTS), along with various other financial and transportation related systems. An advanced working knowledge of development tools such as Cold Fusion, Structured Query Language, and Microsoft Visual Basic for Applications is required. Support requires existing and future technology infusion, in-depth financial analysis of functional systems, professional financial systems analysis services, professional decision support, and full computer systems administration to Directorate staff. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM: The anticipated North American Industry Classification System (NAICS) code for this requirement is 541611 - Administrative Management and General Management Consulting Services, with a corresponding size standard of $14M. 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) Business Size and (Type of Small Business if applicable); 4) Cage Code; 5) DUNS Number; 6) 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.) 7) A brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in the draft PWS. Documentation should be in bullet format. Vendors who wish to respond to this announcement should send responses via email NLT Thursday, 19 Jun 14, 12:00PM Central Daylight Time (CDT) to kimberly.mattingly@us.af.mil. 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 sources sought 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/USAF/AMC/AMCLGCF/FA4452-14-R-0027/listing.html)
- Place of Performance
- Address: Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN03386562-W 20140607/140605235002-6d8b28e0b98de24a38cde26f19661b8f (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 |