Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOURCES SOUGHT

D -- CMCS z/OS Software Maintenance Support

Notice Date
2/9/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
FA8630-12-R-5009
 
Point of Contact
Tyler C. Hicks, Phone: 9376561132, James E. Wilson, Phone: 9376563518
 
E-Mail Address
tyler.hicks@wpafb.af.mil, James.Wilson1@wpafb.af.mil
(tyler.hicks@wpafb.af.mil, James.Wilson1@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following CMCS z/OS Software Maintenance Support: The Case Management Control System (CMCS) is an Air Force information system that assists in the planning, execution, and management of Foreign Military Sales (FMS) cases. It provides management information, financial, administrative budget, and departmental financial support. CMCS is a legacy IT system that will continue to be maintained at a basic level to ensure survivability until it can be modernized or replaced. This system operates on an IBM mainframe computer located in the Defense Information System Agency (DISA) at the Naval Inventory Control Point in Mechanicsburg PA. The contractor shall provide software maintenance support and software modifications for CMCS system and subsystems. Z/OS is a highly secure, scalable, high-performance enterprise operating system, providing a comprehensive and diverse application execution environment. Support. Contractor shall provide Programming, Analysis and documentation support to the Air Force Security Assistance Center (AFSAC) CMCS Program Manager and individual(s) who support the AFSAC CMCS Program office or designated USAF representative. Breadth of Support. The contractor shall work in coordination/cooperation with the AFSAC CMCS Program Office team and DISA to provide application support duties including documenting processes; researching; and developing source code and subroutines. Infrastructure. Financial Group includes Budget, delivery reporting, Expenditure authority, Cash management. Planning Group includes Case profile. Management support group includes Decision Support, Databank history, reconciliation, Case closure reconciliation, and synthesystem. Interface system group includes FMS integrated control, data utility, baselevel accounting, master reference tables Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 541512, size standard of $25,000,000. 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 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Capabilities Package. All interested firms should submit packages that outline their capability to provide the required CMCS z/OS Software Maintenance Support. 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 may submit resumes of key personnel. Resume pages will NOT be considered part of the overall page count but firms are encouraged to keep submitted resumes to one page each. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. 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 Tyler Hicks, Tyler.Hicks@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 1 March 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-12-R-5009/listing.html)
 
Record
SN02672142-W 20120211/120210114532-12190fbbc69dc3191501c9ad81bfd921 (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.