Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
SOURCES SOUGHT

R -- CMCS Software Maintenance - Draft Performance Work Statement

Notice Date
9/9/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA863017R5009
 
Archive Date
11/30/2016
 
Point of Contact
Sarah Haines, Phone: 937-656-3626, Eric A. Johnson, Phone: 937-656-1457
 
E-Mail Address
sarah.haines@us.af.mil, eric.johnson.93@us.af.mil
(sarah.haines@us.af.mil, eric.johnson.93@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for CMCS Software Maintenance Sources Sought Synopsis: THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE. The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide: The Case Management Control System (CMCS) is an Air Force information system that assists in the planning, execution, and management of Foreign Military Sales (FMS) cases. It provides management information, financial, administrative budget, and departmental financial support. CMCS is a legacy IT system developed based on FOCUS v. 7.6.13 that will continue to be maintained at a basic level to ensure survivability until it can be modernized or replaced. This system operates on an IBM mainframe computer running on a z/OS operating system located in the Defense Information System Agency (DISA) Defense Enterprise Computing Center (DECC) at the Naval Inventory Control Point in Mechanicsburg, PA. The contractor shall provide software maintenance support and software modifications for CMCS system and subsystems. Support. Contractor shall provide Programming, Analysis and documentation support to the Air Force Security Cooperation and Assistance Center (AFSAC) CMCS Program Manager and individual(s) who support the AFSAC CMCS Program office or designated USAF representative. Breadth of Support. The contractor shall work in coordination/cooperation with the AFLCMC/WFS CMCS Program Management Office (PMO) team and DISA to provide application support duties including project management, system and process documentation, issue research and resolution, and developing source code and subroutines. Infrastructure. CMCS is built upon various FOCUS databases comprising of the following system groups: Financial Group includes Budget, Delivery Reporting, Expenditure Authority, Cash Management. Planning Group includes Case Profile. Management Support Group includes Decision Support, Databank History, Reconciliation, Case Closure Reconciliation, and Synthesystem. Interface system group includes FMS Integrated Control, Data Utility, Base Level Accounting, and Master Reference Tables. (Also see attached draft Performance Work Statement) Information is being collected from all potential sources at this time. Each company responding should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. The North American Industry Classification System (NAICS) code assigned to this acquisition is 541511, Custom Computer Programming Services, with a size standard of $27.5M. Firms responding should indicate their size in relation to this size standard. All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. Capabilities Package. All interested firms should submit capability packages that outline their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar work within the past three (3) years. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages with 12-point font with at least 1" margins. Submit capabilities packages via e-mail to Ms. Sarah Haines at sarah.haines@us.af.mil. All correspondence sent via email shall contain a subject line that reads "CMCS Software Maintenance." If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to your email. An AFLCMC Wright-Patterson Ombudsman has been appointed to consider and facilitate the resolution of concerns from respondents and others for this sources sought. 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 RFI. The AFLCMC Wright-Patterson Ombudsman is Lt. Col Kenneth L. Decker Jr.; (937) 255-5512 or kenneth.decker.1@us.af.mil. Questions related to this sources sought synopsis must be submitted via e-mail to the person indicated above NLT COB 26 September 2016. No further questions will be entertained after that date. RESPONSES ARE DUE NO LATER THAN 12 October 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA863017R5009/listing.html)
 
Record
SN04264436-W 20160911/160911092226-52ce9aae93e0d13a73726a81287b54ae (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.