Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

R -- CECOM LCMC G8 contractor Support Services - Solicitation 1

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-16-R-0023
 
Archive Date
3/29/2016
 
Point of Contact
Anthony J. Rasa, Phone: 4438615390, Kayann T. Brown,
 
E-Mail Address
anthony.j.rasa.civ@mail.mil, kayann.t.brown.mil@mail.mil
(anthony.j.rasa.civ@mail.mil, kayann.t.brown.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP Cost Research Studies OPSEC PLAN Performance and Cost Report Sample CLIN Worksheet Attachment 0004 Past Performance Questionnaire DD254 QASP Performance Work Statement NOTICE: THE PRESOLICITATION NOTICE WAS PREVIOUSLY ISSUED UNDER SOLICITATION NUMBER W56KGY-15-R0018 ON MAY 20, 2015 The Communication Electronics Command (CECOM) located at Aberdeen Proving Ground, MD is seeking contractor-provided services to support the mission of the G8 office. Contractor-provided professional services to include accounting, budgeting, cost analysis, manpower analysis, fiscal policy assurance, program analysis, budget analysis and training. This action requires that the contractor not only complete daily requirements, additionally, the awardee will train current G8 staff to understand and perform all work completed through this action. G8 staff will be able to perform the duties covered in this task order via training through the awardee. This action will serve to close the knowledge gap for General Funds Enterprise Business System (GFEBS) current rollout as well as form solutions for GFEBS evolving Business Process Development. It will serve to educate the CECOM workforce to better implement a move toward Audit Readiness. Additionally it will better equip the current and future workforce as new releases, upgrades and patches to the system to improve the business process. The mission of the CECOM LCMC G8 is to serve as the Commanding General's (CG) principal staff officer for financial accounting, budgeting, cost analysis, and civilian and military force management matters; to assist the CG by determining and obtaining financial, civilian, and military resources required to accomplish the command mission; to develop and maintain effective financial, manpower, and management control systems and procedures for safeguarding and achieving optimum use of resources; to be responsible for program budget, finance, accounting, and related fiscal controls; to implement and administer the command cost and economic analysis program and selected acquisition information management system; to serve as the focal point for command mission support agreements; to evaluate and approve, under delegated authority, the missions and functions of command activities for inclusion in the official CECOM LCMC 10-1; to serve as the Career Program Manager for the Comptroller and Manpower and Force Management Career Programs; and to manage the command Management Control Process. This action serves to better educate and prepare CECOM personnel to adapt and work within the evolving business process development of GFEBS. The contractor shall provide the necessary personnel to bridge the knowledge gap between the CECOM workforce and SAP through this action. These services are required in the Continental United States (CONUS). The period of performance for this effort will be one 12-month base period and two 12-month option periods. This procurement is a restricted 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 541330, with a size standard of $15 million. SECRET FACILITY CLEARANCE REQUIRED SECRET LEVEL OF SAFEGUARDING REQUIRED The Government intends to award no more than one 100% Total Small Business Set-Aside definitive contract, utilizing the Best Value Trade-Off process in accordance with FAR Part 15. Per FAR Part 9, the Government will only consider proposals offered from responsible Small Business offerors. The solicitation will be provided in electronic format only, free of charge, on 11 FEBRUARY 2016 in accordance with FAR 4.502(a), 5.102(a) and 15.203(c). Hardcopies will not be provided. All questions resulting from the RFP shall be uploaded to www.fbo.gov and emailed to anthony.j.rasa.civ@mail.mil and kayann.t.brown.mil@mail.mil no later than 25 FEBRUARY 2016. Proposals shall be uploaded to www.fbo.gov no later than 14 MARCH 2016 at 1600 EST. Proposals received via e-mail will not be accepted. In order to submit a proposal, offerors are required to have a current profile at the System for Award Management (https://www.sam.gov/portal/public/SAM/) in order to bid on solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a6756fd17f2c9450a2e564b31b45fbb)
 
Place of Performance
Address: CECOM LCMC G8, 6002 Combat Drive, Aberden Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04017800-W 20160213/160211234404-7a6756fd17f2c9450a2e564b31b45fbb (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  © 1994-2020, Loren Data Corp.