Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
SOLICITATION NOTICE

70 -- Deloitte Consulting Annual Software Maintenance Renewal - J&A - Package #2

Notice Date
8/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD17MPC0007
 
Archive Date
9/20/2016
 
Point of Contact
Dana Rutledge, Phone: 4057345371
 
E-Mail Address
dana.l.rutledge.civ@mail.mil
(dana.l.rutledge.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List J&A The Defense Information Systems Agency (DISA) is seeking sources for Implementation and Sustainment Center (ISC/IML24). CONTRACTING OFFICE ADDRESS: DISA / DITCO Scott (PL83) 2300 East Drive Scott AFB, IL 62225-5406 INTRODUCTION: This is a Combined Synopsis/Solicitation for the purposes of DISA seeking potential sources to procure a Firm-Fixed-Price contract for the renewal of software maintenance for Deloitte Consulting's Federal Financial Accounting and Management Information System (Federal FAMIS) software maintenance, used in the DISA mainframe environment in Ogden, UT. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-15-P-0267 Contract Type: FFP Incumbent and their size: Deloitte Consulting, Large Business Method of previous acquisition: Sole Source Deloitte Consulting provides on-going software support to DISA EIS's program within the scope of the contract. Financial services are currently provided by Deloitte utilizing the Financial Management Systems Software (FMSS). FMSS is a suite of applications built around a core financial accounting system known as the FAMIS, which is a COBOL-based application built upon an Oracle database. Deloitte is the sole source of critical software support and licensing for this proprietary software. The FMSS has been in place at DISA since FY 1993. Federal FAMIS is a system designed to meet the general ledger, budget execution and funds control, accounts receivable, cost allocation, and reporting requirements of federal government agencies. Specifically, this is the accounting system that DISA uses to post all funding documents from the obligation, accrual and liquidation process. Previous Period of Performance: 10/01/2015 - 9/30/2016 REQUIRED CAPABILITIES: The object of this effort is to obtain annual software maintenance during the FY2016, from the OEM for Federal FAMIS software maintenance. Software maintenance includes the receipt of new versions and releases of software products. The Period of Performance for this contract is 1 October 2016 through 30 September 2017. The software is incorporated in the EIS Mainframe Environment, and used by our Financial Management Liaison Office (FMLO) for the Telecommunications Services Enterprise Acquisition Services (TSEAS) application. SPECIAL REQUIREMENTS: N/A Combined Synopsis/Solicitation Requirement: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. 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 to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on 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: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (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 via email NLT 12:00 PM Eastern Daylight Time (EDT) to dana.l.rutledge.civ@mail.mil by Sept 5, 2016. Interested businesses should submit a detailed quote with their capabilities statement. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD17MPC0007/listing.html)
 
Place of Performance
Address: Email Delivery to: DISA.MECHANICSBURG.ESD.MBX.CD54-SERVERSW@MAIL.MIL, United States
 
Record
SN04224279-W 20160817/160815235407-580c2de7fb33b1b92e3b26b827beeb50 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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