SOURCES SOUGHT
70 -- Comprehensive Financial Investigative System Software
- Notice Date
- 5/16/2018
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- FA701418CFISS
- Archive Date
- 6/7/2018
- Point of Contact
- Deborah Grant, Phone: 2406126206, Ramona L. Hanson, Phone: 240-612-6192
- E-Mail Address
-
deborah.grant1.civ@mail.mil, ramona.l.hanson2.civ@mail.mil
(deborah.grant1.civ@mail.mil, ramona.l.hanson2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information Air Force District of Washington Contracting Directorate (AFDW/PKA) Comprehensive Financial Investigation System (CFIS) Request for Information (RFI): The Air Force District of Washington Contracting Activity is issuing a RFI as a means of conducting market research to identify parties having an interest and the resources to support HQ Air Force Office of Special Investigations (AFOSI) commercial off the shelf software Comprehensive Financial Investigation System (FIS), published by Actionable Intelligence Technologies, Inc. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 511210, Software Publishing. The small business size standard for this NAICS code is $38.5. The result of this market research will contribute to determining the method of procurement. The following minimum requirements as follows; 1. Two licenses are required. 2. Integrates scanning, Optical Character Recognition (OCR), processing and database functions to vastly improve data input efficiency. 3. Reads and converts into spreadsheets with 99% accuracy (near perfect reconciliation) many (as many as 100) financial formats including bank records, financial statements, invoices, hotel bills, etc. in less than a minute. 4. Includes re-programming of new templates. 5. A missing document list can be generated indicating all documents that have not been received in accordance with a subpoena. 6. Money laundering methodologies can be automatically identified; payment patterns instantly recognized. 7. Graphic visualization of account transactional behavior can automatically be displayed. 8. Chart functions showing the linkage between individual transactions, related accounts and related entities can be automatically displayed with associated information including flow of funds, number of items, corresponding financial institutions, among others. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. Interested parties are requested to submit tailored capability statements addressing the particulars of this effort to include supporting documentation. The capability statement shall include: 1) Company name, mailing address, email address, Web site address (if available), and the name, telephone number, and email address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2) Name, title, telephone number, and email addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3) DUNS Number, CAGE Code, Tax Identification Number, company structure (Corporation, LLC, partnership, joint venture, etc.), and size. Companies must be registered in the System of Award Management (SAM) at www.sam.gov to be considered as potential sources. 4) Identify any GSA schedule, other Department of Defense (DoD) or Government vessels that would be prudent to this requirement. 5) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: 1) Provide services/products consistent in scope and scale with those described in this notice and otherwise anticipated 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) Ensure the Vendor is a Manufacturer Authorized Reseller of the product BASED ON THE RESPONSES TO THIS RFI NOTICE, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE-SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed product/software are invited to submit a response to this RFI Notice by 2:00 PM ET 23 May 2018. All responses under this Notice must be emailed to Deborah Grant, Contract Specialist at deborah.grant1.civ@mail.mil and Ms. Ramona "Lynne" Hanson, Contracting Officer at ramona.l.hanson2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA701418CFISS/listing.html)
- Place of Performance
- Address: AFOSI/PF, JB Anacostia-Bolling, District of Columbia, 20240, United States
- Zip Code: 20240
- Zip Code: 20240
- Record
- SN04925315-W 20180518/180516231248-0952112f93eda44fcabe7940552dc901 (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 |