SOURCES SOUGHT
99 -- AFLCMC BES Trusted Advisor Services
- Notice Date
- 5/27/2020 10:19:26 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8734 AFLCMC HIBC MAFB GUN ANNX AL 36114-3000 USA
- ZIP Code
- 36114-3000
- Solicitation Number
- FA8734-20-R-0001
- Response Due
- 6/12/2020 2:00:00 PM
- Archive Date
- 06/27/2020
- Point of Contact
- Shannon Kennedy-Butler, Contracting Officer, Phone: 2105656100, Gabby Torres, Contract Specialist, Phone: 2105652690
- E-Mail Address
-
shannon.kennedy-butler@us.af.mil, gabriela.torres.1@us.af.mil
(shannon.kennedy-butler@us.af.mil, gabriela.torres.1@us.af.mil)
- Description
- SOURCES SOUGHT NOTICE Air Force Business Enterprise Systems (BES) Trusted Advisor Subject Matter Expert Services SOLICITATION NUMBER:� FA8734-20-R-0001 NOTICE TYPE:� This Is A Sources Sought Notice ONLY.� This Sources Sought Synopsis (SSS) is for the Air Force BES Trusted Advisor Subject Matter Expert Services.� The information received will be used within the BES HIHK Contracting Division for market research in accordance with Federal Acquisition Regulation (FAR) Part 10 � Market Research, and will not be disclosed outside of the organization.� This notice is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP).� There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis.� This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited and provided.� No funds have been authorized, appropriated, or received for this effort.� Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process. �Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. �All submissions will become Government property and will not be returned. The U.S. Air Force requires Oracle Trusted Advisor Subject Matter Expert (SME) support.� The current Air Force Enterprise Resource Planning (ERP) software solutions, Air Force Integrated Personnel and Pay System (AFIPPS); Defense Enterprise Accounting and Management System (DEAMS); and Maintenance, Repair, and Overhaul Initiative (MROi), utilize one or more commercial-off-the-shelf (COTS) Oracle Enterprise Business Suite (EBS) products to integrate the functional processes of several independent IT systems in their respective functional areas.� All the Air Force ERPs require support services to ensure the Oracle EBS products are being developed, integrated, and deployed in the most efficient and effective manner possible.� The current requirement is drafted under the preliminary assumption that these services must be provided by the OEM. Please see attached draft performance work statement for additional requirements. �The anticipated period of performance is one Base Year of 12 months and two (2), twelve month options. In order to determine if sources capable of satisfying the agency need exists, the Government will consider all SSS responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. �Responses to this SSS permit the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for the small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). �Small businesses, in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. �Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. �Describe any conditions that may limit small businesses from participation, as well as any limitation to competition in general. SUBMITTAL INFORMATION: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work identified in the PWS are asked to answer the following questions and submit a capability statement.� Capability statements shall contain the following information: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Information in sufficient detail regarding previous experience on similar requirements to include contract number, organization supported, indication of whether as a prime contractor or subcontractor, contract value, point of contact with current phone number. �Briefly identify how the referenced contract relates to the services described for this requirement.� If applicable, identify any unique characteristics or alternative solutions to the performance of work. Identify how the Air Force can best structure this requirement to facilitate competition by and among small business concerns. What kind of contractual relationship would make the most sense for this requirement?� Current similar support is provided via labor hour task order against GSA.� Are there areas of the PWS that could be more clearly defined? Do the trusted advisors need to be from the Original Equipment Manufacturer (in this case Oracle) or can any company with experience in Oracle development provide this type of service?� If the trusted advisor support must be supplied by the OEM, please identify why.� Commercially, how do clients with system integration contracts obtain trusted advisor services? YOUR RESPONSE TO THE SYNOPSIS:� The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached draft performance work statement (PWS). �The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format.� Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 � X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the attached PWS. All responses shall be received no later than 12 June 2020 at 4:00 pm CT.� Please respond via electronic mail (e-mail) to the Contracting Officer, Shannon Kennedy-Butler, and Contract Specialist, Gabby Torres, at the following: �shannon.kennedy-butler@us.af.mil and gabriela.torres.1@us.af.mil.� All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialist.� In all responses, please reference FA8734-21-R-0001 in the subject line.� Verbal questions will not be accepted.� This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results of the evaluation.� No telephonic responses will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aa58c181358840ada55820b451d23aea/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05672319-F 20200529/200527230201 (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 |