Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2020 SAM #6965
SOURCES SOUGHT

D -- GFEBS Tier II and GFEBS-SA Help Desk to the Assistant Secretary of the Army for Acquisition, Logistics & Technology (ASA-ALT) Plans, Programs and Resources Directorate (DASA-PPR), Sensitive Activities Financial Operations Support.

Notice Date
12/22/2020 8:35:20 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-21-R-0023
 
Response Due
1/7/2021 6:00:00 AM
 
Archive Date
01/22/2021
 
Point of Contact
Michael C. James
 
E-Mail Address
michael.c.james78.civ@mail.mil
(michael.c.james78.civ@mail.mil)
 
Description
INTRODUCTION The Army Contracting Command - Aberdeen Proving Ground, 6515 Integrity Court, APG, MD on behalf of the Office of the Assistant Secretary of the Army for Acquisition, Logistics & Technology (ASA-ALT) Plans, Programs and Resources Directorate (DASA-PPR), Sensitive Activities Financial Operations Support is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items and non-personal services necessary to provide General Fund Enterprise Business System (GFEBS) Tier II / GFEB-SA Help Desk to support US Army ASA-ALT Financial Operations Directorate (FO) and 14 Program Executive Offices (PEOs) on their financial management operations. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. GENERAL INFORMATION Incumbent: ���������������� CREATIVE SOLUTIONS CONSULTING, INC. CSCI CONSULTING 5719 LAWTON LOOP EAST DR STE 112 INDIANAPOLIS IN 46216-2314 Contract number: ��������� W91CRB-18-P-0012 Contract Value: ������������ $4,787,484.69 DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND General Fund Enterprise Business System (GFEBS)/GFEBS-SA is the US Army's web-based enterprise resource planning (ERP) solution that leverages commercial off-the-shelf business enterprise software tool based on System Applications and Products (SAP) to enable organizations to compile and share accurate, up-to-date financial and accounting data across the entire active Army. ASA-ALT/PEOs have been using this system as the main Financial System from 2012. ASA-ALT has the support of PEO GFEBS Tier II Help Desk which consists of 3(three) individuals, plus an additional 2(two) personnel to manage the GFEBS-SA (sensitive activities) platform. This team has been assisting the PEOs on major GFEBS transactions associated with payroll, reimbursables, and the spending chain for expired, current, and cancelling year activities. The Tier II and SA teams support all 14 PEOs by reducing trouble ticket wait time and assisting in reducing Intermediate Document (IDOC) errors with prompt resolution. The Tier II / SA Help Desk assists the PEO community not only helping them to resolve their trouble tickets, but also ensuring the individuals understand the GFEBS processes by providing provide thorough training on business processes. SPECIAL REQUIREMENTS: On-site contractor personnel performing work under this contract must have and maintain a SECRET / Sensitive Compartmented Information (SCI) clearance level investigation at time of the proposal submission, and must maintain the level of security required for the life of the contract. Personnel must sign a Non-Disclosure Statement and must perform within the security limitations of AR-381-10. ELIGIBILITY The applicable NAICS code for this requirement is 541519 - Other Computer Related Services with a Small Business Size Standard of $30 million. The Product Service Code is DE10 Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length (including any attachments) in Times New Roman font of not less than 10 pitch that clearly details the firm's ability to perform the aspects of the requirement described within this Sources Sought and the attached Performance Work Statement (PWS). The deadline for response to this request is no later than 0900, 07 January 2021. All responses under this Sources Sought Notice must be e-mailed to michael.c.james78.civ@mail.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this DRAFT PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Does this Performance Work Statement (PWS) provide sufficient information for you to bid? If not, what additional information is required? 9.) Are there any ambiguities that need clarification?� If so, please identify them clearly. 10.) Are the standards of performance clear? 11.) Is the vendor aware of any other contract vehicles such as the General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? 12.) Provide your business size for (NAICS) code 541519, socioeconomic status as a small business, or other than small. �Is another NAICS code more appropriate? Please provide rational for using another NAICS code. 13.) What is your firm's intent on this requirement, providing a proposal as a Prime or as a Subcontractor? 14.) Provide at least three (3) past performances, within the last three (3) years, where you have supported the implementation of GFEBS SA. Additionally, provide demonstrated experience in each of the following: Corporate experience and management capability to ensure the successful accomplishment of project goals to include a CMMI-SVC Level III or higher certification. Ability to hire GFEBS and GFEBS SA subject matter experts, who possess demonstrated experience working with Army legacy and GFEBS/GFEBS SA partner systems and have recently supported a GFEBS SA implementation. Providing analysis to support data security vulnerabilities associated with the implementation of COTS systems, their interfaces, and data exchanges as well as external financial reporting requirements. Extensive experience with DoD systems and interfaces with Army financial systems, such as DCAS, DDRS, DTS, G-Invoicing, IPAC, etc. Assisting government users with the dissemination of information required to support changes within GFEBS-SA and supporting ongoing change management initiatives. Training government staff on the use of existing Business Intelligence (BI) tools in GFEBS and GFEBS SA. Providing Tier II GFEBS Helpdesk Support to include developing SOPs, training guides, and delivering training in multiple mediums. Additionally, provide specific examples on how you were able to reduce the number of GFEBS/GFEBS-SA helpdesk tickets. Analyzing non-common business processes across ASA-ALT or other direct reporting units (USAASC, INSCOM, MEDCOM, ATEC, etc.), to facilitate implementation of standardized processes. This includes evaluating system data and ticket trends to identify areas which can be improved through efficiencies, reductions of redundancies, and streamlining of business processes, and then preparing job aids and training material to facilitate those improvements. Supporting ASA-ALT or other direct reporting units with audit activities to include developing audit business process maps, risk assessments and risk mitigation plans. Supporting GFEBS and GFEBS-SA end users with system transactions for multiple process areas, such as Spending Chain, Reimbursables, Funds Management, Cost Management, Property, Plant and Equipment (PP&E), Governance, Risk and Compliance (GRC) and BI to ASA-ALT or other direct reporting units. Experience assisting GFEBS users to address SAP Intermediate Documents (IDOCs) errors. Experience in supporting the process of Funds distribution in GFEBS for level 3 to 4 for ASA-ALT or other direct reporting units for Operations and Maintenance (O&M), Research, Development, Test, and Evaluation Appropriations (RDT&E) and Other Procurement, Army (OPA) funds. Developing low cost, highly effective software solutions to address GFEBS and GFEBS-SA system limitations, for example micro-applications for financial business processes. Provide specific examples of micro-applications developed (within the last three (3) years). � � Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Michael C. James in either Microsoft Word or Portable Document Format (PDF), via email michael.c.james78.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. � No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7aa8ca02f9f749a08e9d5d58328a6dbd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05879996-F 20201224/201223061200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.