SOURCES SOUGHT
R -- SAF/FMFCQ Quality Assurance Support Contract
- Notice Date
- 12/21/2023 5:05:06 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA7014-24-R-5555
- Response Due
- 1/5/2024 1:00:00 AM
- Archive Date
- 05/31/2024
- Point of Contact
- Brittney Devallon, Christine Dolan
- E-Mail Address
-
brittney.devallon@us.af.mil, christine.dolan@us.af.mil
(brittney.devallon@us.af.mil, christine.dolan@us.af.mil)
- Description
- Contracting Activity: AFDW PKS 1500 W. Perimeter Rd., Jones Bldg STE 5750 Andrews AFB, MD 20782 SUBJECT:� Sources Sought -�SAF/FMFCQ Quality Assurance Support Contract Sources Sought is issued for informational purposes and market research only and does not constitute a solicitation. The Government will NOT reimburse any company or individual for any expense associated with preparing or submitting information in response to this posting. The North American Industry Classification System code is 541611 with a business size standard of $24.5M.� Classification Code is R499.� INSTRUCTIONS TO INDUSTRY The Air Force District of Washington Contract Directorate (AFDW/PK), Joint Base Andrews, MD, is conducting market research to identify potential sources that may be capable of providing contract support to meet all SAF/FMFCQ Quality Assurance Program requirements and sustainment/enhancements for the Quality Assurance Review Tool (QART), as they are identified through the CCB and other Air Force Requirements Specific Instructions/Performance Requirements: The following items are required to complete this requirement: ���� Internal Testing Solution to support specific testing activities related to the AFI65-202, and support Air Force's vision of integrating IG MIC-T testing, OMB Cir A-123 Control Point testing, and Attachment Three Assessment Tool (ATAT). QA Testing data could also be leveraged to satisfy testing requirements for Risk Management and Internal Control Program (RMICP) and OMB Cir A-123. Having an Internal Testing Solution will also help DAF meet the requirement for sustainment of internal controls. ���� Development and sustainment of QA Best Practices, QA Metrics, QAM On-boarding, and QA Communication modules ���� Continual maturity of QART to reflect updated QA Program requirements identified in the updated AFI65-202 (currently in leadership review). QART is going through migration from DISA SharePoint 2019 environment to DAF SharePoint 365 environment. This will include training the QAM community on the QART enhancements and SharePoint 365 environment. Additionally, SAF/FMFCQ requires support for QA Program Execution and Program Management Methodology (PMO) across the Department of the Air Force (DAF). Developing an annual strategic plan for SAF/FMFCQ Quality Assurance Program will help ensure OUSD(C) and DAF high priority requirements are met. Executing the annual strategic plan also allows for SAF/FMFCQ Quality Assurance team to readily identify duplication of efforts (i.e. RMICP Testing, OMB Cir A-123 Control Point Testing, and mandated Quality Assurance Reviews may overlap) and be proactive in satisfying OUSD(C) and Air Force QA Requirements (i.e. Improper Payments, DAR-Q, High Priority NFRs and CAPs). Executing a formal Program Management strategy to include Risk Based Testing Plan for QA; Task/Workstream Management; Risk/Issue Management; Communications Plan; and Requirements Development and Management will provide a risk-based approach to managing workstreams and satisfying annual requirements. Implementing a formal Program Management strategy and solution will enable SAF/FMFCQ Quality Assurance Program Team to manage the QA Program in a centralized location and allow for easier metrics reporting (i.e. On-time vs. late deliverables, milestone tracking, risk mitigation, requirements prioritization and tracking, communication to the field). Contractor must provide support to SAF/FMFCQ Quality Assurance Program for Quality Assurance Program Training, including the development and execution of a formal DAF QA Training Plan. The DAF QA Training Plan will include new QA Manager On-Boarding Process/Resources; QA Manager training; QA tool-specific training such as QART; and topic specific training to QA Managers and teams (i.e. Improper Payments, DAR-Q, Impact to Audit). The QA Training Plan would also include large scale/annual training events like the QA Worldwide Conference Interested potential offerors are encouraged to respond to this Notice. Responses shall provide the following information ion their responses: Name: Address: Point of Contact (to include phone number and email address): CAGE Code: Web Page URL: State where Company is located: Socio-Economic status of Company: (Large, Small, SDVOSB, HUB Zone, etc.): State whether the company is other than small business, small disadvantaged woman � owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business State whether the company is domestically or foreign � owned: (If foreign, please indicate the country of ownership). Responses shall not exceed 5 pages (including cover page). Include technical and descriptive text and photographs / illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. No feedback or evaluations will be provided to companies regarding their responses to this notice. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support services personnel who have signed the same Non-Disclosure Agreements (NDAs). Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. C.� Responses are due by 3:00 pm Eastern time on January 5th, 2023, via email to both: Christine Dolan���������� ���������������������� ��������Britney Devallon AFDW/PKS��������������������������� ������ ������������AFDW/PKS Contracting Officer���������������� ����������� ���� �Contract Specialist christine.dolan@us.af.mil����������������� ���� brittney.devallon@us.af.mil ������������� � **This notice may be updated as additional information becomes available. Attachment 1: Performance Work Statement �����������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d17557b5dcc746ea98b31411abaf50fd/view)
- Place of Performance
- Address: JB Andrews, MD, USA
- Country: USA
- Country: USA
- Record
- SN06920346-F 20231223/231221230051 (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 |