Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
MODIFICATION

D -- Financial Management Systems Information Technology Support Services (FMS-ITSS) - DRAFT SOW

Notice Date
2/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Pension Benefit Guaranty Corporation, Chief Management Officer, Procurement Department, 1200 K Street, N.W., Washington, District of Columbia, 20005-4026, United States
 
ZIP Code
20005-4026
 
Solicitation Number
APP_2017-0034
 
Archive Date
10/28/2017
 
Point of Contact
Dan Swart, Phone: 20232640007472, Patrick McFarlane, Phone: 20232640003334
 
E-Mail Address
swart.dan@pbgc.gov, mcfarlane.patrick@pbgc.gov
(swart.dan@pbgc.gov, mcfarlane.patrick@pbgc.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOW as of 15 Feb 2018 1. Description This Advisory Multi-Step (AMS) related to Financial Management Systems Information Technology Support Services (FMS-ITSS), is issued under the authority of FAR 15.202, Advisory Multi-Step Process. 2. Introduction The objective of this effort is to obtain contractor information technology (IT) systems engineering support services via a single-award, indefinite delivery/indefinite quantity (IDIQ) contract. PBGC is seeking to contract for technical support and systems development for PBGC’s financial management IT systems. 3. ITES-3S Scope The scope consists of system engineering services in the support of financial management systems (FMS) to include development, modernization, enhancement (DME), steady state (SS)/Operations and Maintenance (O&M), and professional advisory/consulting services necessary to PBGC. The scope of the effort will also include support for additional systems added to the FMS inventory or developed to replace FMS systems as those systems are identified and implemented in the future and require similar services. The FMS currently consist of the following: - My Plan Administration Account (MyPAA) - This web application enables premium filings and payments to be electronically submitted to PBGC and provides other related services. - Premium and Practitioner System (PPS) - Automates the premium filing processes and facilitates premium filing, collection, and enforcement services. PPS is effectively PBGC’s accounts receivable sub-ledger for premium payments as well as processor for premium filings and plan management. - Consolidated Financial System (CFS) - The CFS addresses the PBGC’s budgetary, fiscal, financial, management, and reporting needs for the enterprise revolving fund, trust accounting, and consolidated financial operations. - Trust Accounting Systems (TAS) - The TAS is comprised of the commercial off-the-shelf (COTS) product, Eagle Accounting and Data Management Solution (ADMS), and is hosted by Eagle Investment Systems LLC. The TAS is predominantly used for the financial reporting of the assets of plans terminated by PBGC prior to PBGC’s trusteeship (non-commingled) and the management and financial reporting of assets of plans trusteed by PBGC once they have been transferred to PBGC’s custodian bank (commingled). Detailed descriptions can be found in the attached Draft SOO. 4. Advisory Multi-Step The AMS process is conducted to allow potential prime contractors to submit qualifying documentation demonstrating corporate qualifications that will allow the Government to advise them about their potential to be viable competitors for the FMS-ITSS acquisition. This AMS process asks potential interested offerors to submit limited information that focuses on the offeror's (1) corporate capability, and (2) corporate experience. The Government will evaluate all responses in accordance with the following criteria and advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor (including a general basis for that opinion). Notwithstanding the advice provided by the Government, offerors identified as unlikely to be viable competitors as prime contractors may still participate in the resultant acquisition. The AMS process is entirely independent of the source selection process for the FMS-ITSS awardee. While the outcome of the AMS process does not preclude any interested offeror from submitting a proposal under the FMS-ITSS Solicitation, offerors who are determined to not be viable are suggested to consider teaming or subcontracting with another viable offeror. In the interest of promoting small business participation and teaming arrangements, the Government intends to publish the list of potential offerors (the company identified as the prime) determined to be viable to compete under FMS-ITSS and invited to participate in the resultant acquisition. The list will be published on the FedBizOpps website as identified below upon release of written notifications of the results of the AMS evaluation. If an offeror does not wish to be published in this list of viable offerors, it must state so in its AMS submission. 5. Submission Instructions 5.1 References To obtain further information regarding FMS-ITSS, view all the documents (e.g., Draft PWS and Reference Publications) attached to the FedBizOpps (FBO) web site: https://www.fbo.gov (Solicitation: APP_2017-0034). 5.2 Format for Submissions Potential prime contractors are requested to provide the information outlined below. Information beyond that requested or beyond page limitations set forth is neither desired, nor will it be considered in the assessment. All page limitations are based on single sided pages, 8.5 x 11 inch paper, single spaced, Arial typeface no smaller than 12-point (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends), 1 inch margins. Costly, complex presentations are neither required nor desired. 5.2.1 Submission Date, Time and Location Electronic submissions should be received no later than 5:00 p.m. Eastern Standard Time on 27 February 2018 at the following email addresses: swart.dan@pbgc.gov mcfarlane.patrick@pbgc.gov 5.3 Content Requirements All submissions must include the information described in Sections 5.3.1 through 5.3.2. Note that content which exceeds the specified page limits may not be considered by the Government in conducting the AMS viability assessment. The response must be sufficient to permit an assessment of each criteria. 5.3.1 Corporate Capability Provide a corporate capability statement discussing why your company/team is well qualified to perform on the FMS-ITSS acquisition to include topics such as but not limited to: domain expertise in both IT and financial management, organizational structure, management philosophy, team management, corporate certifications, and tools (e.g. systems, facilities, training plans, etc.). Indicate business size (i.e., large business, small business), in accordance with the assigned NAICS code, 541519 (Other Computer Related Services). ***Page limit for this section is not to exceed four pages.*** 5.3.2 Experience Identify up to three recent contracts performed by the potential prime contractor and major subcontractors for large award IDIQs, contracts for task areas and work found in Section 3 of the Draft SOO, and/or similar in scope and complexity to FMS-ITSS. Recent project/contracts are defined as prime contracts, task orders, delivery orders, or subcontracts where services or deliverables were performed or still being performed anytime within three years of issuance of this AMS. a) For each identified contract, provide the following (this information may be provided in table format): Contract number Contract name Contract type Type of service (DME, O&M, or advisory/consulting) Performance based (Y or N) Total contract value Total obligation amount to date Status on contract (prime or subcontractor). If work was performed as a subcontractor, identify the percentage of work performed that is similar to the FMS-ITSS scope of work. Summary of the contract (include depth and breadth of the work performed relevant to FMS-ITSS to include performance measures, innovative approaches, major accomplishments, ) b) For performance-based contracts, provide three performance requirement standards (PRS) that have been applied to the identified contracts. The response should be specific and show the target standard and performance threshold that are set forth under the applicable contracts as well as method of surveillance. Explain how the PRSs are tied to the achievement of the clients' underlying business/mission objectives. c) While the primary objective of this section is to understand the potential prime contractor and major subcontractor's experience with contracts of similar scope and complexity to FMS-ITSS, the Government may also utilize the Past Performance Information Retrieval System (PPIRS) to identify any adverse past performance issues that might indicate increased viability risk. ***Page limit for this section is not to exceed six pages.*** 6. Evaluation of the AMS Submissions The Government will evaluate viability based an assessment of the following criteria: Corporate Capability Corporate Experience 7. Disclaimer This presolicitation notice does not constitute a solicitation. Potential offerors are solely responsible for all expenses associated with responding to this presolicitation notice and will not be reimbursed by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/PBGC/CMO/PD/APP_2017-0034/listing.html)
 
Place of Performance
Address: 1200 K St NW, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN04825126-W 20180217/180215232039-cdd3a1a453c5e51ed648ea9fbcd7103a (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.