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
SOURCES SOUGHT

D -- Web CCAR - PWS, CDRL's and Capability Matrix

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-D-3500
 
Archive Date
5/15/2018
 
Point of Contact
James R Bachinsky, Phone: 9376567412, Elizabeth C. McNutt, Phone: 937-656-7462
 
E-Mail Address
james.bachinsky.1@us.af.mil, elizabeth.mcnutt@us.af.mil
(james.bachinsky.1@us.af.mil, elizabeth.mcnutt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Capabilities Matrix CDRL Web CCaR PWS This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing Subject Matter Expert (SME) support of the Web Comprehensive Cost and Requirement (Web CCaR) system for the Air Force Life Cycle Management Center (AFLCMC) and Air Force Research Laboratory (AFRL). Please review, in this order, the Sources Sought Synopsis, the Performance Work Statement (PWS), Contract Data Requirements List (DD 1423), the Capabilities Matrix spreadsheet and the Customer List where services will be performed (see Appendix A of PWS). Attachments (PWS CDRL's and Capability Matrix) are included to provide respondents a better understanding of the needs of the AFLCMC and AFRL and the respondent's potential ability to meet the Government's requirements. The requirements of this task are for the provision of Web CCaR application support for the unique funding, planning, reconciliation, execution and reporting requirements and interface capabilities with various Government systems and applications for activities associated with AFLCMC and AFRL organizations, as well as in-depth experience and expertise to quickly and accurately respond to the wide variety of financial tasks and unique formats required for detailed financial and program related reporting. Contractor personnel must have knowledge of Air Force financial, contracting, and program management procedures, understand the Planning, Programming, Budgeting and Execution (PPBE) process, and understand the Requirements & Planning Council (R&PC) process. Web CCaR SME must have the familiarity with operating web-based database programs, as well as be proficient in all Web CCaR applications. The contractor shall provide functional support of the Web CCaR application. Web CCaR SME provides assistance and support to Web CCaR Administrators, needed to carry out Web CCaR administrative functions and Web CCaR functional tasks which include, but are not limited to, the following: set-up, configuration, daily operation and training of the Web CCaR application in direct support to AFLCMC and AFRL organizations. Web CCaR SME must have extensive knowledge of the following systems and how they interface with Web CCaR: General Accounting and Finance System (GAFS), Automated Business Services System (ABSS), Contract Writing Document Preparation (ConWrite); as well as other systems that do not directly interface with Web CCaR e.g., Commander's Resource Integration System (CRIS) and Mechanization of Contract Administration Services (MOCAS). Web CCaR SME shall ensure that the Web CCaR application is properly tailored and configured to meet the unique requirements of the organization to include reimbursable Government accounting and various Business Management Review (BMR) chart configurations. This effort will require a current Secret Facility Clearance. The Air Force anticipates utilizing a hybrid contract with Firm-Fixed Price (FFP) and Cost Reimbursable CLINs. The Air Force anticipates the ordering period will be a base year and four (4) option years. A multi-year contract allows for reduced staff manpower to initiate and award. This also allows employment stability, i.e. able to sign employees to longer term contracts thus generating further efficiencies and best ensuring continuity in the support provided to the Government. Upon award of the option years, the same contractor is ready and able to deliver required services on day one without the need for transition time, or downtime, which again, creates efficiencies for the Government. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541519, size standard $25,000,000.00. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. Interested contractors shall review, fill-in and return the attached Capabilities Matrix and may also submit a 6-8 page capabilities document. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements, including the requirement for personnel to plan and part-mark 15 - 45 locations worldwide simultaneously and how the contractor will finance these operations. Your statement of capabilities should include the following: Company Name, Address, Point of Contact, Telephone number, E-Mail Address, CAGE Code, Web Page URL, and Small business size certification, if applicable. Please submit one (1) electronic copy of your response to AFLCMC/PZIT. Statements should be submitted no later than 21 November 2014 at 5pm EST. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOps website. If you have any questions, you may contact Ms. Elizabeth McNutt, Contract Negotiator, at elizabeth.mcnutt@us.af.mil. or James R. Bachinsky, Contracting Officer, at james.bachinsky@us.af.mil See attached: 1. Web CCaR SME Sources Sought Synopsis 2. Web CCaR SME PWS 3. Web CCaR SME CDRLs 4. Web CCaR SME Capabilities Matrix Primary Point of Contact.: Elizabeth C. McNutt, Buyer elizabeth.mcnutt@us.af.mil Phone: (937) 656-7462 Contracting Office Address: 2275 D Street Building 16, Room 128 Wright-Patterson AFB, Ohio 45433-7218 United States Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes Recovery and Reinvestment Act Action: No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-D-3500/listing.html)
 
Place of Performance
Address: 1865 4th Street, (Building 14, Room 240), WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04825340-W 20180217/180215232230-bc7c3f053e573769e754c662d6cb2988 (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.