MODIFICATION
R -- Cost Analysis Manager (CAM) - Sources Sought DOL099RI20686 - Government's Response to Vendors' Questions
- Notice Date
- 5/15/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL099RI20686
- Point of Contact
- Patrice A. Lopez, Phone: (202)693-7196, Jennifer A Snook, Phone: 202-693-4585
- E-Mail Address
-
lopez.patrice@dol.gov, snook.jennifer@dol.gov
(lopez.patrice@dol.gov, snook.jennifer@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Government's Response to Vendors' Questions FILE: DOL099RI20686 Below are the questions and the government’s response to Sources Sought Request: DOL099RI20686 QUESTION 1. I would like to ask if any information on the current CAM system is available, and when the responses to questions that have been submitted will be available. GOVERNMENT’S RESPONSE (ANSWER) All information regarding the CAM requirement is posted on Fed Biz Opps; www.fbo.gov QUESTION On Page 1 of the Sources Sought, the Government asks respondents to: •Provide demonstrated past performance information for the most current three years for the management and operations of similar systems. Three (3) client reference over the past 3 years for same or similar type work; point of contact for information pertaining to past performance name, e-mail address, phone, and fax number. •Provide performance standards and service level agreements in accordance with industry best practices with evidence of the contractors’ achievement of these performance standards and service levels for the most current three years for the management and operations of similar systems 2. If respondents’ answers to past performance in #2 did not have specific performance standards or SLAs associated with them, does the Government require three other examples of contracts with performance standards and SLAs for #3? GOVERNMENT’S RESPONSE (ANSWER) The Government wants demonstrated experience with managerial cost accounting. Evidence of experience and expertise required for evaluation. QUESTION 3. Items 5-8 – how comprehensive will model enhancements be? Will they require new requirement gathering sessions with business users? GOVERNMENT’S RESPONSE (ANSWER Yes, comprehensive as proposal submission for evaluation. Please refer to Item # 13 in the Draft Statement of Work for further guidance. QUESTION 4. Item 9 – will Predictive Planning requirements require the development of new models, or enhancement of current models? GOVERNMENT’S RESPONSE (ANSWER) Yes. Predictive Planning requirements may require the development of new models and/or enhancements of current models. QUESTION 5. Item 1 Project Management, Change Management, PMO Support: Can you provide the direction on ‘fee-for-service program’? Is this focused within the agency or is this service to be extended to other agencies? GOVERNMENT’S RESPONSE (ANSWER) All is limited to DOL and agencies within DOL only. QUESTION 6. Item 2 Provide Agency Manager Training: Is the Agency Manager Training an on-going activity? What is the typical schedule of the training? GOVERNMENT’S RESPONSE (ANSWER) Yes, quarterly. QUESTION 7. Item 9 Predictive Planning Implementation: “Business Objects or other activity based cost accounting systems”. Is there any ABC system that is currently used by the agency? Is technical support of Business Objects part of this effort? GOVERNMENT’S RESPONSE (ANSWER) Yes, Business Objects (BO) is the current managerial cost accounting. BO was purchased by SAP and the Department is migrating to SAP Enterprise Performance Management Suite (7.0). And support with SAP is required. QUESTION 8. Item 12 Performance Accountability Report (PAR): Is the performance management system currently integrated to the CAM system to derive PAR? GOVERNMENT’S RESPONSE (ANSWER) No QUESTION 9. Item 13 CAM System Support Does the agency expect to continue the use of different models or is model consolidation a possibility? GOVERNMENT’S RESPONSE (ANSWER) Different models will continue. Model consolidation is not a possibility. QUESTION 10. Is cost disbursement and monitoring part of the effort? In other words, is EVM integration a requirement? GOVERNMENT’S RESPONSE (ANSWER) No QUESTION 11. The RFI includes the following requirement: “Provide a copy of Standard Operating Procedures and/or Operations Manual developed within the last three years outlining the contractor’s management and operational practices in the area of system management.” Is DOL looking for a specific SOP and/or operations manual developed for a client, or an example showing the contractor’s practices/approach to system management? GOVERNMENT’S RESPONSE (ANSWER) The Department is looking for demonstrated experience and evidence of developing, implementing, and operating a managerial cost accounting system with multiple models for clients.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL099RI20686/listing.html)
- Place of Performance
- Address: 200 Constitution Ave. NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN01819803-W 20090517/090516161510-6984d0e7b18299dd1a1e2febe6e678db (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 |