Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOURCES SOUGHT

99 -- SAF/AQCI Business Transformation Support Services

Notice Date
3/7/2024 2:25:56 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
 
ZIP Code
20762-6604
 
Solicitation Number
FA701424AQCIB
 
Response Due
3/28/2024 2:00:00 PM
 
Archive Date
04/12/2024
 
Point of Contact
Brandon Kido, Kaitlin Gapen, Phone: 2406126125
 
E-Mail Address
brandon.kido.2@us.af.mil, kaitlin.Gapen@us.af.mil
(brandon.kido.2@us.af.mil, kaitlin.Gapen@us.af.mil)
 
Description
Requirement Description: The Department of the Air Force, Deputy Assistant Secretary for Contracting, Business Enterprise System(s) division, SAF/AQCI, is focused on optimizing business operations within and across the Federal acquisition enterprise.� Financial data elements, highly complex procurement data standards, internal controls, business rules, and other standards have been established to improve information sharing, enhance transparency, enable auditability, and allow for traceability across functional, Departmental, Federal, and Industry stakeholders. Air Force Contracting must consume, shift, update, send, share data, and extract actionable meaning from data across the Federal space for Acquisitions and Procurement.� Significant changes to technological capabilities, policy, and new threats can upend many of the assumptions, people, process, and even culture of our organizations that implement.� Some of these changes could be virtually behind the scenes, some fundamentally shift behavior, and both are a challenge to track, monitor, analyze, interpret, and resolve in a timely manner.� SAF/AQCI has identified a requirement for one (1) IT Systems Transition Manager and three (3) Business Analysts in support of Department of the Air Force Contracting modernization and business transformation initiatives. 1.0 REQUESTED INFORMATION 1.1 Capability Statement: Request you submit a capability statement that presents your technical capability for completing the attached Performance Work Statement.� The capability statement shall at a minimum address the specific items below. ���� 1.1.1 Approach: Describe your approach for accomplishing the Performance Work Statement. ���� 1.1.2 Past Performance: Identify previous contracts which are relevant to the scope of the Performance Work Statement.� Include contract number, period of performance, whether performance was completed as a prime or subcontract, and a summary of services provided. ���� 1.1.3 Timeline: Attached your timeline in obtaining the required skill set for contract award.� This timeline should include time for any applicable transition period, clearances (if required), and any other information that would be crucial to successfully transition to contract award. ���� 1.1.4 Page Limit: Capability Statements are limited to 15 pages in total length, single spaced, and 12-point font and accessible by either Microsoft Word or Adobe Acrobat. 1.2 Rough Order of Magnitude:� Please provide a Rough Order of Magnitude (ROM) for service for this type of work and any ""Other Direct Costs"" that would be incurred e.g. travel, per diem, license costs.� Please be specific in the Labor Category with the skill sets for a Firm Fixed Price structure.� There is no page limit for the ROM. 1.3 Strategic Vehicles: Please provide a list of any contractual vehicles that may be utilized to fulfill this requirement including but not limited to GSA Federal Supply Schedule Contracts, Decentralized Ordering Contracts, or any other strategic contractual vehicle that your company is a part of.� There is no page limit for this submission. 1.4 Submission Instructions: Please provide your responses to this RFI to the primary POC listed in this announcement by the timeframe listed in this announcement.� Additionally, please include your company's CAGE, Unique Entity ID, and Size Standard as part of your submission.� Please note: Large submissions may be required to be sent via multiple e-mails.� The Government recommends contacting the primary POC in this announcement to verify receipt. 1.5 Industry Discussions: The Government may choose to meet with companies who responded to this RFI to hold one-on-one discussions.� Discussions would only be held to obtain further clarification of potential capability to meet the requirement. 1.6 Proposed Acquisition Strategy: The Government is contemplating a full trade off (both technical and past performance) for this acquisition. This allows the Government to trade off price for a better technical and or past performance solution in the Government's best interest. The Government would like to solicit industry feedback for this acquisition approach regarding the pros/cons that industry perceives with the acquisition approach. 1.7 Industry Feedback Regarding Requirement: While the Government is the final decision regarding the requirement, we would like to solicit industry feedback regarding the attached requirements documentation and where industry thinks that we could improve the overall quality of the product/service received by updating/clarifying our requirement. Incumbent Contractor: ROBBINS-GIOIA LLC Incumbent Order: FA701419FA221
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c492781000e64d14975e0d1a94685028/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06990181-F 20240309/240307230049 (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.