Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2022 SAM #7533
SOURCES SOUGHT

R -- DISA Financial Management and Systems Sustainment Support

Notice Date
7/14/2022 5:59:59 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
 
ZIP Code
207550549
 
Solicitation Number
612268320
 
Response Due
8/4/2022 6:00:00 AM
 
Point of Contact
Alvin Acevedo, Phone: 301-225-4070, Michelle L. Bontempo, Phone: 301-225-3921
 
E-Mail Address
alvin.acevedo3.civ@mail.mil, michelle.l.bontempo.civ@mail.mil
(alvin.acevedo3.civ@mail.mil, michelle.l.bontempo.civ@mail.mil)
 
Description
The Defense Information Systems Agency (DISA) is seeking sources for the competition of the Financial Management and Systems Sustainment Support for the Office of the Chief Financial Officer (OCFO), Accounting Operations & Compliance (CFA). INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small and large businesses (including the socioeconomic subsets of Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran- Owned Small Businesses, and Women Owned Small Business) to provide the required products and/or services. DISA OCFO is seeking information from potential sources in the contemplated Financial Management and Systems Sustainment Support (FMSSS) contract/order. This effort is to provide quality accounting, financial management, budget rate generation, execution reporting, variance analysis, problem resolution, data reconciliation, business process improvements, software development, analytical services, and audit readiness support to OCFO CFA. This effort also includes Foreign Military Sales (FMS) workload, and the company will be required to perform reviews and reconciliation of FMS cases, ensure compliance with applicable guidance that pertains to the establishment, maintenance, execution, and closure of an FMS case that is financially managed and executed by DISA. DISA accounting processes flow into systems that are Oracle based including Defense Agencies Initiative (DAI), FAMIS-WCF (Oracle Financials) Enterprise Resource Planning (ERP), and knowledge of the systems are necessary to the performance of the future effort. The services will need to be located at Fort George G. Meade, MD, Scott AF Base, IL, Columbus, OH, and in Pensacola, FL. The projected award is Fiscal Year 2023; 4th Quarter. 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: As noted above, this effort includes new requirements as well as current existing requirements. The following contract is specific to the existing requirements only. Contract Number: HHSN316201200018W HC104718F0060 Contract Type: Firm Fixed Price (FFP) Incumbent and their size: Deloitte Consulting LLP; Large Business Method of Previous Acquisition: Full and Open Competition on the National Institutes of Health Acquisition and Assessment Center (NITAAC) Chief Information Officer � Solutions and Partners (CIO-SP3); Best Value Trade-Off Places of Performance included: Ft. Meade, MD Pensacola, FL Columbus, OH Scott AFB, IL These contract requirements included professional accounting, financial advisory, audit and internal control advice and assistance, Foreign Military Sales expertise as it relates to financial management and accounting, robotic process automation, help desk support, as well as financial system services support including Oracle E-business suite capabilities to support the DISA OCFO mission. REQUIRED CAPABILITIES: Describe your experience and capability to sustain an Oracle based financial solution.� Using the new ERP system, describe how you have supported �accounting operations, and developed standard operating procedures for end-to-end processes across a General Fund (GF) and Defense Working Capital Fund (DWCF) Operations to include Time and Labor, Cost Accounting, Procure to Pay, Order to Cash, and Budget to Report. Describe your experience and capability �in providing quality accounting, financial management, execution reporting, variance analysis, problem resolution, data reconciliation, business process improvements, software development, analytical services, as well as audit readiness support to the DISA OCFO offices at various locations. Describe your experience and capability to support full financial statements audits and provide professional and technical expertise in handling a high volume of financial demands required on all from simultaneously for system development, financial advice, audit support, internal control, and financial statement analysis required. Describe your experience and capability in reviewing, reconciling, closing cases, internal control and audit support for FMS in compliance with applicable guidance. Describe your experience with Department of Defense structure, financial management, accounting and audit readiness practices, for both DWCF and GF Operations functions as well as your technical and functional experience with government systems such as: Budget Execution Reporting System (BERT), DAI, FAMIS-WCF (Oracle Financials) ERP and Defense Departmental Reporting System (DDRS). Describe your experience with robotic process automation (RPA) through use of RPA software, coding and development and maintenance of automations to extract data from accounting and support systems, improve accounting processes, and to apply knowledge of RPA technology and experience in the accounting and auditing environment. SPECIAL REQUIREMENTS - In order to obtain quality support services, the contractor must have: Must have a minimum of Secret Facility Clearance.� Please provide your current Facility Clearance level. SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 541611, with the corresponding size standard of $21.5 million. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering. Please outline how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. 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: Business name and address; Name of company representative and their business title; Type of small business, including all socioeconomic qualifications; Cage Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses by 9:00 AM (EST) on August 4, 2022, via email to alvin.acevedo3.civ@mail.mil, and michelle.l.bontempo.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than six pages) demonstrating ability to perform the services listed in Required Capabilities. Please do not submit marketing materials; rather, speak directly and succinctly to capabilities a) through f). 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 RFI 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
SAM.gov Permalink
(https://sam.gov/opp/f20fe8e0fa9b4d288196adc21d05f9d5/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN06389750-F 20220716/220714230126 (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.