SOURCES SOUGHT
D -- Department of Defense (DoD) Charge and Payment Card, Theater Business Systems, and other E-Business Systems Analytical, Technical and Program Support Services
- Notice Date
- 12/22/2015
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- 831607459
- Archive Date
- 1/20/2016
- Point of Contact
- Ellistene D Curry, Phone: 618-229-9120
- E-Mail Address
-
ellistene.d.curry.civ@mail.mil
(ellistene.d.curry.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) / Defense Information Technology Contracting Organization (DITCO) is seeking sources for Charge and Payment Card, Theater Business Systems, and other E-Business Systems Analytical, Technical and Program Support Services for Office of the Secretary of Defense (OSD) Acquisition, Technology and Logistics (AT&L), Defense Procurement and Acquisition Policy (DPAP), Deputy Director for Program Development and Implementation (PDI). CONTRACTING OFFICE ADDRESS: DISA/DITCO/PL8312 2300 East Drive Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Woman Owned Small Business) to provide the required services. OSD is seeking information for potential sources for experience and expertise to provide Charge and Payment Card, Theater Business Systems, and other E-Business Systems Analytical, Technical and Program Support. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This is a follow-on requirement. Contract Number: HC1028-10-D-2004. Contract Type: Firm Fixed Price (FFP). Incumbent and their size: Sterling Heritage / SDVOSB. Method of previous acquisition: Small Business Set-Aside. OSD has a requirement for Charge and Payment Card Analytical, Technical, and Program Support Services. The current effort is an Indefinite Delivery/Indefinite Quantity (ID/IQ) for contractor support to provide specific technical expertise related to charge and payment cards. The objective is to receive reliable, timely, actionable analytical, technical and program support to allow for the Department of Defense Unique Identification/Purchase Card Joint Program Management Office (DoD UID/PC PMO) and Defense Component Program Offices and Authorized Representatives to accomplish their mission. Task orders will be placed by the DoD UID/PMO and the Departments of the Navy, Army, Air Force, and the Defense Components' charge card program offices and authorized program representatives. The minimum was $100,000.00. The maximum value including options is not to exceed $9,000,000. The period of performance (PoP) consists of a base period and four one-year option periods. REQUIRED CAPABILITIES: The Government requires contractor technical and service support personnel to provide specific analytical, technical and program support expertise related to charge and payment cards, theater business systems, and other E-Business systems.. The Government envisions receiving reliable, timely, actionable analytical, technical and program support to allow the requiring activity to accomplish their missions. The intent of this Sources Sought is to assess the availability of DoD Charge and Payment Card, Theater Business Systems, and other E-Business Systems, Analytical, Technical and Program Support Services that could be applied to meet this requirement. In order to be considered as a potential source, the contractor must demonstrate the following specific capabilities within their response: 1. Their ability to provide analytical support that will entail analyzing issues identified and preparing analytical alternatives to assist in the development of guidance and publications to address specific issues. The types of initiatives to be examined include, but are not limited to acquisition policies; performance metrics; legislative language proposals; roles and responsibilities; process flows; data mining; internal controls; charge and payment card capabilities; and development and use of automated systems. 2. Their ability to provide the required technical expertise in three distinct areas: (1) Federal and DoD-specific policy and guidance, (2) operations, including special considerations related to contingency and other forward-deployed environments, and (3) electronic business systems. The contractor shall use their technical expertise in each of these areas to make recommendations, draft policy documents, recommend implementation and maintain strategies for electronic systems, and inform government decision making. The types of efforts likely to be ordered include, but are not limited to investigating and recommending innovative ways to: expand use of charge and payment cards; improve acquisition policy, processes and tools in contingency and other forward deployed environments; utilize E-Business systems to improve existing DoD processes and procedures (e.g., to reduce the amount of cash in theater or at sea); and investigating alternatives for; and supporting deployment, maintenance and enhancement of; E-Business systems. 3. Their ability to provide program support to include, but not limited to developing and maintaining integrated schedules and system use/performance scorecards; developing and updating program documentation; and assisting with requirements development and configuration control. 4. Their ability to draft and deliver letter reports, white papers, briefings, guidebooks and/or other documentation related to charge and payment cards, theater business systems, and other E-Business systems issues. These items shall address contractor findings, alternatives for addressing issues, and recommendations for actions and initiatives tailored to best meet customer goals. 5. Their ability to recommend structures and appropriate delivery methods for effective education, training, and continuous learning related to charge and payment cards, theater business systems, and other E-Business systems, and develop training materials as required. 6. Their ability to update guidebooks/handbooks and other materials for Charge and Payment Card initiatives, theater business systems and other E-Business systems. 7. Their ability to update annual plans and other materials for charge and payment card initiatives, theater business systems, and other E-Business systems. SPECIAL REQUIREMENTS: N/A. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). The anticipated PoP will consist of a base period and four one-year option periods. The place of performance is the contractor's facility. Travel in and around the primary place of performance, in addition to travel within the continental United States, may be required to support the requirement. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Contractors who wish to respond to this should send responses via email no later than January 5, 2016, 4:00 PM Central Daylight Time (CDT) to ellistene.d.curry.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing Sources Sought Announcement (SSA) responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Questions or clarifications to this Source Sought must be submitted, via email, to ellistene.d.curry.civ@mail.mil, the Contract Specialist. Oral communications are not permissible. Marketing brochures and/or generic company literature will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831607459/listing.html)
- Place of Performance
- Address: The place of performance is the contractor’s facility., United States
- Record
- SN03976255-W 20151224/151222234609-2f121b2a3fde06a94df1b6589121f23d (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 |