SOURCES SOUGHT
D -- CDAR/CLASS FIAR Services
- Notice Date
- 12/10/2014
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- F2MTN74293B001
- Archive Date
- 12/25/2014
- Point of Contact
- Kenneth Khan, , Debra A Jenrette, Phone: 210-977-3508
- E-Mail Address
-
kenneth.khan@us.af.mil, debra.jenrette@us.af.mil
(kenneth.khan@us.af.mil, debra.jenrette@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis 1. Purpose: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to determine if this effort can be competed. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The Government does not intend to award a contract on the basis of this market research. 2. Program Information: The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Contracting Division, San Antonio, TX, is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the modification of the Cryptologic Depot Accountability System (CDAS) and the Cryptologic Logistics Automated Support System (CLASS). CDAS and CLASS are logistics accountability systems that maintain the asset inventory managed by the Cryptologic and Cyber Systems Division. These systems provide the stock, store, issue, and shipment processes to move cryptographic equipment to/from the warfighter. The modification that we require is to ensure these systems are compliant with the Financial Information Audit Readiness (FIAR) requirements. CDAS and CLASS must be compliant with the Federal Information System Controls Audit Manual, GAO-09-232G, and the Financial Management Systems Requirement Manual, DFAS 7900.4-M. These requirements include, but are not limited to adding IUID tracking, modifying the fields to meet the DoD standard line of accounting, adding moving average cost, user account controls, and value the inventory at net realizable value. The Government will use this information to determine the best acquisition strategy for this procurement. The Government does not have the associated technical data to provide to potential sources. No Technical Orders exist. Consequently, potential sources for this effort typically would be companies who have a license or agreement with the Original Equipment Manufacturer (OEM) Leidos, to complete the work described, including military specific modifications. 3. Program Requirements: The specific requirement for this effort is CDAS and CLASS must be compliant with the Federal Information System Controls Audit Manual, GAO-09-232G, and the Financial Management Systems Requirement Manual, DFAS 7900.4-M. These requirements include, but are not limited to adding IUID tracking, modifying the fields to meet the DoD standard line of accounting, adding moving average cost, user account controls, and value the inventory at net realizable value. 4. Capabilities: The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish modifications to an oracle database. The vendor must be knowledgeable about Oracle relational databases, Common Business-Oriented Language(COBOL) coding, Structured Language Query(SQL), Air Force Logistics regulations, specifically supply chain management, MILSTRIP, and supply processes/transactions. The vendor must perform all modifications on a server set up that has been configured using the Air force Security Technical Implementation Guide (STIG). The vendor will be required to install and train the Government when the modifications are complete. The Government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the an OEM licensee agreement certifying your business is approved by the OEM to provide this service. 5. Required Information: a) The proposed North American Industry Classification Systems (NAICS) Code is 541511, which has a corresponding Size Standard of $27.5M. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a) s, Service-Disabled Veteran-Owned Small Businesses, Hub zone Businesses, and Women-Owned Small Businesses, as well as SB Teams. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with your capability briefing explaining your qualifications in performing this type of service. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. b) Please e-mail your response to the following address: kenneth.khan@us.af.mil, no later than 14 days after the posting date. This SSS is issued solely for informational and planning purposes. Funding will not be provided for the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. c ) Company Name and Address •d) Cage Code •e) DUNs Number •f) Company business size by NAIC code •g) Small Business Type (s), if applicable •h) Point of Contact for questions and/or clarification •i) Telephone Number, fax number, and email address •j) Web Page URL •k) Teaming Partners (if applicable) •l) OEM License/Agreement/Manual •m) Provide any recommendations and/or concerns. •n) Responses and/or questions to this synopsis will be posted through FBO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/F2MTN74293B001/listing.html)
- Place of Performance
- Address: San Antonio, Texas, 78243, United States
- Zip Code: 78243
- Zip Code: 78243
- Record
- SN03593134-W 20141212/141210235107-6fbbd9e70398702dae7a871b1cde5a27 (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 |