Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOURCES SOUGHT

D -- Contracting Officer’s Warrant Management System

Notice Date
9/3/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division (6QZA), 1500 E. Bannister Road, Kansas City, Missouri, 64131-3009, United States
 
ZIP Code
64131-3009
 
Solicitation Number
OP10044AOD
 
Archive Date
10/5/2010
 
Point of Contact
Meredith Parker,
 
E-Mail Address
meredith.parker@gsa.gov
(meredith.parker@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a Presolicitation notice pursuant to FAR Part 5) to identify sources that can provide a web-based Contracting Officer's Warrant Management System in accordance with the description below. This is not a Request for Proposal or a Request for Quote. No contract will be awarded in response to this notice. The description below is not intended to be an all-inclusive statement of work, but rather is intended to provide a summary of the requirement, including salient functional performance details so that potential sources may submit a statement of qualifications to meet this current requirement. The General Services Administration (GSA), Region 6, has an immediate need for a web-based warrant management system. The Contractor shall possess the current capability to perform the functions necessary to: Automate an existing paper-based warrant application process with an integrated information management system that is customized for the warranting of Contracting Officers. The web-based system will enable applicants and management to expedite the processing of warrant approvals, warehouse all existing (legacy warrants) and new warrants, and provide managerial reports for decision makers. The system will facilitate local acquisition organizations to request, review, approve, validate, track, and generate warrants online via a certificate generation function. The system would contain three basic validation requirements related to the applicant's education, training, and work-related experience that are primarily based upon the GS-1102 Series Qualification Standard and GS-1102 Series Continuous Learning Requirements consistent with OMB policy letter 05-01 dated April 15, 2005. A salient characteristic of a usable system is that it would be fully compliant with the above GS-1102 Series requirements and would also facilitate tracking and enable managerial reports of each warrant holder's necessary training, experience, and educational requirements to include continuous learning education. This arrangement contemplates continuous user support provided by the contractor during the period of performance described below. The Government anticipates approximately 50-100 users during this period of time. Other planning assumptions include that the contractor will provide hosting applications and would provide all user training necessary. The GSA, region 6 anticipates deploying the system described above during the first or second quarter of Fiscal Year 2011 (October through December 2010 or January through March 2011). At this time, the Government anticipates deploying the system on a pilot basis for a period of one (1) year for performance validation. The GSA is seeking information to identify sources to meet this requirement. Based on the outlined description above, please respond only if your company interested and capable of providing this service, given the above deployment timeline. The anticipated contract type is firm fixed price contract. The NAICS for this project is expected to be 541511 with an associated size standard of $25 million. Interested parties must be registered in the Central Contractor Registry (CCR) and the Online Representations and Certifications Application (ORCA) system. Funds are not presently available for this requirement. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. All potential sources are asked to submit capability packages in sufficient detail so that the Contracting Officer can ascertain their respective qualifications and interest in this requirement. The capability packages must be clear, concise, complete and limited to no more than ten (10) pages, and shall include, at a minimum: (1) name and address of firm; size/ownership, i.e. large, small, small disadvantaged, 8(a), disabled-veteran, veteran, woman owned, and HUBZone; (2) number of years in business; (3) a point of contact with name, title, phone, fax, and email; (4) cage code and DUNS number; (5) identify if you are a GSA schedule holder (if so, please provide contract number); (6) previous or ongoing similar experience as a prime or sub (list contract numbers, client contact information and/or Contracting Officers); (7) ability to execute the requirement given the anticipated system deployment timeframe; (8) details on approach to system test and evaluation process; and (9) a narrative/discussion that clearly demonstrates conceptual understanding of key system requirements to include understanding of the process for warranting of Federal Contracting Officers and the associated requisite education, training, and experience of the GS-1102 Series workforce that is the impetus for requirement. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute a Request for Proposal, and is not considered a commitment by the government. The Government will not reimburse contractors for any cost incurred for their participation in this survey, or any developmental costs associated with demonstration systems or proof of concept system presentations. Large and small businesses are encouraged to participate in this survey. Respondents capable of satisfying the requirement stated herein should respond electronically to meredith.parker@gsa.gov by 3:00 P.M. CST on 20 Sep 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/999f4361e345eb0a636cc763de9b6d09)
 
Record
SN02267540-W 20100905/100903235022-999f4361e345eb0a636cc763de9b6d09 (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.