Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2011 FBO #3394
SOURCES SOUGHT

R -- Comprehensive Cost and Requirements System Support

Notice Date
3/9/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA920111R0157
 
Archive Date
4/14/2011
 
Point of Contact
Andrea Matson, Phone: 8508820179
 
E-Mail Address
andrea.matson@eglin.af.mil
(andrea.matson@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis - Request for Information (RFI) Comprehensive Cost and Requirements System Support (CCaRs) Response Date: 30 March 2011 NAICS Code: 541511 (Computer Software Support Services, Custom) This acquisition is to provide cost-effective CCaRs support for Eglin Air Force Base, Florida. The Test, Evaluation and Specialized Contracts Division, AAC/PKES, Air Armament Center at Eglin AFB, FL is seeking information concerning companies with the knowledge and ability to perform Comprehensive Cost and Requirements (CCaR) System and related on-site support at Eglin AFB, FL for the period of 1 October 2011 through 30 September 2012 with up to four one-year options. The CCaR system is an automated requirement's management system which assists financial administrators in tracking planning, budgeting and requirement execution information. CCaR interfaces with a variety of Department of Defense, financial software tools including, Automated Business Services System (ABSS), the General Accounting and Finance System (GAFS/BQ/G2), the System Metric and Reporting Tool (SMART), and with the local Contract Writing System, creating a central repository of requirement information. This effort includes system implementation/support and data gathering work to include training, data input and Executive CCaR support. The Contractor shall be expected to use the CCaR and Executive CCaR associated databases and interfaces for all science & technology (S&T) and acquisition organizations, programs, and appropriations. The Contractor shall provide program support and system integration, testing and installation, end-user training, data migration, and support of the overall CCaR system. The Contractor shall provide consulting services to facilitate, compile, recommend and prepare guidance regarding system Approval Flows as they pertain to acquisition/S&T business processes (including budget definition, business rules, user privileges and definable general data fields) and to prepare implementation guidance. The Contractor shall also provide on-site support to program personnel who require CCaR technical and subject matter assistance. The on-site functional support relates to the day-to-day maintenance, care, and sustainment of the CCaR application and its associated interfaces and data. Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and/or program information describing your experience in the past three years relative to the objectives and tasks identified below. (b) Demonstrated capability in the areas listed above. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The contract type anticipated by the Government is to be determined (TBD). The anticipated period of performance is five years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541511, with a small business standard size of $25.0M in annual gross receipts. In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. Limit you response to this market survey to a maximum of five (5) pages to be received NLT 2:00 PM., Central Standard Time on 30 March 2011. Submission can be e-mailed to Andrea.Matson@eglin.af.mil Note: In accordance with FAR 52.219-14, Limitation on Subcontracting, a small business firm must be able to perform at least 50% of the total requirement by employees within its own company. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Col David A. Harris, AAC/CV, at 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495; his phone number is 850-882-5422. Collect Calls will not be accepted. For further information, contact the Contract Specialist, Andrea Matson, AAC/PKET, 850-882-0179. This sources sought synopsis is for information and planning purposes only. It does not constitute an IFB or RFP, and is not construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis. Information submitted should be addressed to AAC/PKET, Attn: Andrea Matson, 205 West D Avenue, Suite 433, Eglin AFB FL 32542-6864. Points of Contact: Andrea Matson, Contract Specialist, Phone: (850) 882-0179, Fax: (850) 882-4561, Email: Andrea.Matson@eglin.af.mil Lorna Hendrix, Contracting Officer, Phone: (850) 882-0171, Fax: (850) 882-4561, Email: Lorna.Hendrix@eglin.a.fmil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA920111R0157/listing.html)
 
Place of Performance
Address: Eglin AIr Force Base, Florida, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02396549-W 20110311/110309234237-c30f338158a2afef4ab3fd8ee157dc5f (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.