Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2024 SAM #8398
SOURCES SOUGHT

99 -- Resource Management Tool (RMT) Support Services

Notice Date
11/22/2024 7:22:22 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
RMT_ASA(FMC)
 
Response Due
12/5/2024 7:00:00 AM
 
Archive Date
12/20/2024
 
Point of Contact
Samantha L. Hannah, Alex Bryant
 
E-Mail Address
samantha.l.hannah2.civ@army.mil, alexandra.c.bryant.civ@army.mil
(samantha.l.hannah2.civ@army.mil, alexandra.c.bryant.civ@army.mil)
 
Description
The Army Contracting Command � Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for support services to maintain the Army Resource Management Tool (RMT) operations on behalf of the Assistant Secretary of the Army (Financial Management & Comptroller (ASA(FM&C)). Based on the responses to this sources sought notice/request for information (RFI), this requirement may be set-aside for small businesses or procured through full and open competition. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. BACKGROUND: RMT assists the ASA(FM&C) Army Resource Management operations to efficiently operate within the Army Planning, Programming, Budgeting, and Execution (PPBE) systems to execute funds control and budget execution processes in a real-time environment. Contractor Business Analysts (BA) and support efforts are required to maintain the RMT application at all operating sites throughout the Army, provide training and guidance as necessary to RMT users, and identify problems in the RMT program. Contractor programmers maintain the integrity of the SQL databases and fix anomalies in the web-based code. RMT is in a brownout phase; however, RMT operations are required until the liquidation of accounting transactions can occur for existing and future transactions associated with the nine Army commands that will not be deployed on GFEBS until the 2027/2028 timeframe. REQUIRED CAPABILITIES: The RMT Program Management Office (PMO) requires contractor advisory and assistance support services to support RMT field operations, conduct data collection and analysis, prepare technical documentation of workflow processes, documentation of existing tools and interfaces between tools, assist and advise the PMO and RMT commands, and suggest improvements for RMT tools that support effective business operations. This assistance includes maintenance of SQL databases and application code currently processed at the Army Analysis Group (AAG) Cloud environment. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform functional assistance, technical assistance, and programming support as defined in the draft Performance Work Statement (PWS) attached to this announcement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. 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 provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. SPECIAL REQUIREMENTS: The applicable NAICS code for this requirement is 541519 - Other Computer Related Services with a Small Business Size Standard of $34M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman and/or Arial font of not less than 10 pitch. The deadline for response to this request is no later than 10 am, EST, 05 December 2024. All responses must be submitted via email to Samantha Hannah at samantha.l.hannah2.civ@army.mil. Documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in the attached draft PWS. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity ID (UEI), CAGE, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the Facility Clearance and Safeguarding requirements. The estimated period of performance consists of one (1) base year with two (2) option year periods with performance commencing in March 2025. The contract type is anticipated to be firm fixed price (FFP). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77dcdc9d214d41f29117be5a60f4b720/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07273876-F 20241124/241122230115 (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 |
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.