Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOURCES SOUGHT

R -- Comprehensive Cost and Requirement System (CCaR)

Notice Date
9/8/2014
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-14-R-0102
 
Archive Date
10/11/2014
 
Point of Contact
Elizabeth G. Arzola, Phone: 2109255316, Debra A Jenrette, Phone: 210-977-3508
 
E-Mail Address
elizabeth.arzola@us.af.mil, debra.jenrette@us.af.mil
(elizabeth.arzola@us.af.mil, debra.jenrette@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. RESPONSES TO THIS SOURCES SOUGHT ARE NOT CONSIDERED OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. OFFERS OR PROPOSALS WILL NOT BE ACCEPTED. THIS IS NOT A PRESOLICITATION OR SOLICITATION. This Sources Sought is for market research purposes only and respondents should not submit any proprietary information. The Government will not return any information submitted in response to this Sources Sought. Respondents should also note that the Government is not responsible for any costs incurred by respondents regarding any responses to this Sources Sought. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this Sources Sought. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Contracting Division (AFLCMC/HNCKI) intends to make an award in the June - July 2015 timeframe. No technical data/drawings/technical orders are available. If a firm believes it is capable of providing this type of service, please respond by the below closing date and time. Those interested firms must indicate whether they are a large, small, small disadvantaged, 8(a) or woman owned business and whether they are located in the U.S. or foreign owned. DESCRIPTION OF SERVICES: Services required are to support the maintenance, security, training of the Comprehensive Cost and Requirement System (CCaR), to include the implementation and configuration of the CCaR database for use with the mandated Executive CCaR, as well as other financial management systems being utilized by the customer. The contractor will ensure that all CCaR databases are properly tailored and configured to meet the unique requirements of the organization. The contractor will be responsible for providing long term training, budget, execution support, reconciliation support and a variety of other financial services. The contractor provides a wide variety of support ranging from day to day CCaR maintenance to ensuring the accuracy of financial data. The contractor must know the functionality and operation of the CCaR database, and be well versed in Government acquisition and financial management. The services include supporting twelve branches with approximately 30 + programs. The contractor provides support on the usage and operation of the CCaR System as well as correcting identified data anomalies and/or database issues. On-site help is a critical service required to ensure that the customer is always able to confer with an experienced CCaR operator in order to accomplish their desired CCaR related tasks. The NAICS contemplated for this requirement is 541511 with a size standard of $25.5M. ANTICIPATED PERIOD OF PERFORMANCE: Twelve (12) month base and four (4) twelve (12) month option periods, plus six (6) month option to extend services. SUBMITTAL INFORMATION: Interested firms should provide a brief capabilities statement package demonstrating ability to perform the services listed in the Description of Services. A generic capability statement is not acceptable. Your package must address the following questions: 1. What is your experience with the Comprehensive Cost and Requirement System? 2. What is your ability to reach back into your company for subject matter expert level knowledge if your on-site staff is unable to resolve a particularly challenging issue? 3. Do you have an experienced staff that is ready to support troubleshooting efforts whether in an advisory or hands-on role? 4. What is your average turn around for filling employee vacancies? 5. What would your transition plan from old contract to new consist of? 6. Are you registered with the Defense Security Service with the Facility Clearance at the Top Secret level? Please note that official information concerning this acquisition will be provided only by the Contracting Officer or the Contract Specialist. Any information received from other sources should not be relied upon as official acquisition information. The capability statement package shall be sent by electronic-mail (e-mail) to debra.jenrette@us.af.mil and elizabeth.arzola@us.af.mil. Submissions must be received at the office cited no later than 26 Sep 2014 at 4:00 p.m. CST. Questions or comments regarding this notice may be addressed to Debra Jenrette (Contracting Officer), at telephone: 210-977-3508 (or via email) AND Elizabeth Arzola (Contract Specialist), telephone: 210-925-5316 or via e-mail. All responses must include the following information: Company Name Company Address Company Business Size(s) Point-of-Contact (POC) Cage Code Phone Number E-mail Address An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The AFLCMC Ombudsman can be contacted at: Mr. Thomas Davenport, AFLCMC/XZC, 45 Arnold Street, Bldg. 1600, Hanscom AFB, MA 01731, Telephone: 781-225-1740, e-mail: thomas.davenport@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-14-R-0102/listing.html)
 
Place of Performance
Address: Lackland AFB, TX, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN03501380-W 20140910/140909023133-905c4b48c8707f7a9fee66dac6077e29 (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.