Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOURCES SOUGHT

R -- CMCS TECHNCIAL ADMINISTRATIVE SUPPORT - Knowledge, Skills, Abilities

Notice Date
8/5/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-10-R-5045
 
Point of Contact
James E. Wilson, Phone: 9376563518
 
E-Mail Address
James.Wilson1@wpafb.af.mil
(James.Wilson1@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
KNOWLEDGE, SKILLS, AND ABILITIES Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates an acquisition to provide Case Management Control System (CMCS) Technical Administrative Support services. Services shall consist of the following: Contractor will be responsible for communicating with the AFSAC Information System Security Officer and CMCS Technical Liaison Officer and the CMCS Program Manager on developing a plan and implementing a communications plan, Risk Plan and creating and standing up and maintaining the CMCS Community of Practice site at AFSAC. Contractor will interface with CMCS Conversion contractor and CMCS maintenance contractor on requirements to determine impact on what to migrate from CMCS legacy platform and CMCS target platform. Contractor shall have the ability to understand and create customized and un- customized files in the CMCS Community of Practice Site website. Contractor shall provide research, track and record issues for the CMCS program manager in regard to risk analysis. Contractor shall implement workflow processes determined by the Government to assist Program manager in managing multiple priorities using SharePoint. Contractor shall assist in training the CMCS system and implementation of the communications plan prior to deployment of CMCS operating system. Contractor shall track/assist in resolving all pre/post implementation issues in the CMCS community of Practice. Contractor shall Input, update and validate all CMCS interfaces with external and internal data systems using Central Data Repository System (CDRS) to facilitate the CMCS z/OS conversion. Contractor shall be able to work and have expert knowledge of MS Project to assist in risk management, schedule slips and milestone changes. Be proficient in SharePoint technology and have intermediate knowledge application of program management methodologies concepts. (For Additional Information see attached Knowledge, Skills, and Abilities) Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are SBA 8(a)-certified business located within 50 miles of Wright-Patterson AFB, OHIO. The National American Industry Classification System (NAICS) code for this action is 541519, size standard of $7M; please indicate revenue relative to the standard of $7M. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 51% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Capabilities Package. All interested firms should submit a package that outlines their company's capability to provide the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. 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. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. Interested firms are encouraged to submit resumes of key personnel as outlined in the attached Knowledge, Skills and Abilities list. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Submit capabilities packages via e-mail to James E. Wilson, James.Wilson1@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 12 AUGUST 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-10-R-5045/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433-5337, United States
Zip Code: 45433-5337
 
Record
SN02230092-W 20100807/100805235309-e3ac7960eb1e692110ab98b2ec32bbbd (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.