Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2022 SAM #7499
SOURCES SOUGHT

99 -- Programming, Budgeting, and Financial Services

Notice Date
6/10/2022 5:11:44 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
 
ZIP Code
96860-4928
 
Solicitation Number
FA521522R0002
 
Response Due
6/22/2022 7:00:00 PM
 
Point of Contact
LiConstance Hayes, Phone: 8084714324
 
E-Mail Address
liconstance.hayes@us.af.mil
(liconstance.hayes@us.af.mil)
 
Description
REQUEST FOR INFORMATION/SOURCES SOUGHT Programming, Budgeting, and Data Management for 15th Wing, Hickam AFB, HI���������������� The 766th Enterprise Sourcing Squadron (766 ESS) is conducting market research for a requirement. �This is a sources sought issued to obtain knowledge and information for acquisition and project planning purposes. �This is NOT a request for proposals, proposal abstracts, or price quotations. � PURPOSE: The purpose of this notice is to conduct market research for a known agency requirement and seek industry comments in response to the Draft Performance Work Statement (PWS) attached. The results of this RFI will be used as an effort to obtain competition, identify qualified potential sources and promote full and open competition to the maximum extent practicable in accordance with (IAW) FAR Part 19, FAR Part 10, FAR, FAR Part 5 and the Competition in Contracting Act (CICA), 41 U.S.C.253. The Government does not intend to award a contract on the basis of this notice or pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. �In addition, the Government will not accept unsolicited proposals. �The information provided is entirely voluntary and will not impact the ability to compete on future requirements. TOTAL SMALL BUSINESS SET ASIDE: The contracting officer use the responses received from this notice to determine if a total small business set aside is appropriate. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery IAW FAR 19.502-2(a) and FAR 19.203. PARTIAL SMALL BUSINESS SET ASIDE: This requirement is for non-personal budgetary and financial services which are non-severable. As a result, the Contracting Officer has determined this requirement is not suitable for a partial set aside IAW FAR 19.502-3(a)(2). FULL AND OPEN COMPETITION: Contracting officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101 (b). PROCUREMENT HISTORY FOR SIMILAR SERVICES: Award Date: 29 Aug 2017, Contract number: FA521517F7002 Contractor: KT Consulting, Inc. Cage: 1X2F2. The contract includes three (3) Budget, Financial servicing PACAF A3/6 at Joint Base Pearl Harbor-Hickam, HI.���� Description The Contractor shall provide current and future years financial programming, budgetary, and data collection support for government.� These services include providing the necessary business specialties to augment and enhance the goals, performance, and mission capabilities of PACAF�s Programming and Budget areas of business management, financial and programming management, and related activities comprised across three (3) Appropriations, supported Program Element Codes, established Responsibility Centers/Cost Centers, and multiple Budget Program Activity Codes, all of which support PACAF A3/6 programs and subordinate projects. The contractor will conduct research and provide inputs to program financial management,�including� budget formulation and management for all phases of the Planning, Programming, Budgeting and Execution process; budget and financial analysis; obligation and expenditure forecasting; funds management and funds control techniques and/or systems; accounting and finance systems and/or procedures; development of handbooks and training courses.� Financial analysis with written justification may be required for quick turnaround budget exercises.� Funds management includes but is not limited to:� stock funds, defense working capital fund (DWCF), operations and support funding, unliquidated obligations, baselining, audit, and close-out. We are looking for a service for budgetary and financial purposes. Services must adhere to the attached PWS. �� ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be a Firm Fixed Price contract. Period of Performance: one (1) 12 month base period year and four (4) 12 month option periods. The resultant contract award will include FAR Clause 52.217-8, Option to Extend Services for a period of performance not to exceed a six (6) month extension of services. The total period of performance shall not exceed 5 (five) years and 6 (six) months. CONTRACT AWARD DATE: On/about 1 Sep 2022 NEW WORK DETERMINATION: The current requirement is considered to be new work based on the following factors: the increased level of effort required to support this requirement, additional requirement for full time exercise three (3) budgetary services. INDUSTRY EXCHANGE IAW FAR 15.201(b) The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services, including construction, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The sections below are included to help facilitate these exchanges. ��������������������������������������������������������� REQUIREMENTS INFORMATION REQUESTED: At a minimum Potential Offerors shall provide complete/sufficient responses to questions below. The Contracting Officer will deem incomplete/insufficient responses received from potential Offerors unacceptable. As a result, potential Offeror's submission lacks the capability to be determined ""responsible"" to perform this requirement. Description of Information Requested: 1. Company Information: Name, address, telephone number, point of contact name(s), e-mail address (es), DUNS and CAGE code, business size large or small. If small business identify the following: type of small business and/or socio economic class. If an 8(a)/SDB firm, include 8(a) program graduation/exit date. BUSINESS SIZE STANDARD: Interested sources shall identify its business size standard based on the primary North American Industrial Classification System (NAICS) code of 541611, Administrative Management and General Management Consulting Service. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this requirement IAW FAR Part 19.501 (b). - Large Business Concern - Small Business (SB) Concern - 8(a)/Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business (SDVOSB) 2. Performance Work Statement (PWS) Review: IAW FAR 15.201, the PWS has been provided to improve the understanding of the requirement and enhance the ability of the government to obtain quality services. The government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Any changes to the Draft PWS will be at the discretion of the Contracting Officer. 3. Capabilities: Include information regarding your company's recent (within 3 years from date of this notice) and relevant capabilities to successfully perform this requirement. 4. Technical experience and education of financial and budgetary personnel with commercial, federal government, and/or Air Force (AF) (industry) experience available to support this requirement. Please ensure statements include which if not all industries. �Also discuss how your company ensures all professional financial employees meet and maintain the required qualifications. Potential offerors are highly encouraged to submit sample resumes. 5. Identify any major performance, schedule, or cost risks anticipated. Discuss options to mitigate those risks. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards� 6. All interested parties must submit their responses via email NLT 23 June 2022 @ 4:00 p.m. HST to: This notice is for planing purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. �No solicitation document exists at this time.� The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer will not provide a written and/or verbal response to any questions received. 7. RESPONSES: All submissions for this notice shall be submitted in writing through via email to Aaron Bito Aaron.bito@us.af.mil �and LiConstance Hayes liconstance.hayes@us.af.mil. Submissions through via email shall reference the proper subject � notice Reponses for Program and Budgetary Services. No questions will be accepted relative to this notice. Please, provide clear, concise, and complete answers via e-mail NO LATER THAN 4:00 p.m. HST on 23 June 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e77002f572e946c3afd4c21f0ed52b42/view)
 
Record
SN06355202-F 20220612/220610230106 (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.