Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
SOURCES SOUGHT

R -- Time and Attendance System technical and functional support

Notice Date
3/4/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-R-0194
 
Archive Date
3/25/2016
 
Point of Contact
Charlie Gill,
 
E-Mail Address
charles.gill1@navy.mil
(charles.gill1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request For Information (RFI) only. There is no solicitation package available at this time. The following information is provided to assist the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ, in conducting market research for the Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) Time and Attendance (TAA) System technical and functional support. The NAVAIR NDMS is a suite of systems used at Fleet Readiness Centers (FRCs) Cherry Point, Jacksonville and North Island to facilitate the various maintenance processes and requirements. The suite supports the FRCs by integrating and implementing the business processes, procedures, and policies with information management solutions. The TAA system is a Government-Off-the-Shelf (GOTS) application used for collection, validation, processing, and distribution of time and attendance data. The captured data is transmitted to the Defense Industrial Financial Management System (DIFMS), the Defense Civilian Payroll System (DCPS) and various production support systems. By Memorandum of Agreement (MOA) between the Navy for Financial Management and Comptroller, and the Defense Finance and Accounting Service (DFAS), it was agreed that TAA would be deployed in conjunction with the deployment of DIFMS. NDMS Program Managers chair Configuration Control Boards (CCB) and are responsible for the following: defining functional and interface requirements, providing documentation to include training materials and user manuals, performing quality assurance oversight, scheduling functional training, and facilitating implementation and sustainment support planning. NDMS Cecil Field Office (NDMS-CF) personnel, who are located in Jacksonville, FL, perform functional (i.e. user) requirements and technical requirements management responsibilities for the NDMS and TAA system. The NDMS-CF Agile Development Teams are responsible for the following: defining and validating user requirements, technical and interface requirements, developing technical solutions, executing all test phases providing documentation to include test cases, design, training materials and operations manuals, performing quality assurance oversight, raising issues, scheduling technical training, and product implementation and sustainment support. Place of performance shall be performed primarily at the Government's facility, Cecil Commerce Center Hanger 1845, 6003 Flightline Road, Jacksonville, FL 32221. In addition, work may be performed at the Fleet Readiness Center Southeast (FRCSE) Jacksonville FL, and at other Government facilities (FRCs in Cherry Point, NC and North Island, CA). Interested vendors shall identify capabilities that satisfy the Navy's requirement, as described above and submit along with a statement describing their organization's knowledge and capabilities for satisfying the Government's needs. Responses should include the (1) business name and address; (2) name of company representative, their business title and contact information; (3) at least three (3) examples of past performance of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific work performed as it relates to the services described herein; (4) CAGE; (5) DUNS' and, (6) current business size status under NAICS 541990. Proprietary information and trade secrets, if any, must be clearly marked on all material. 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. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. This RFI is issued solely for information and planning purposes only. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. Respondents are notified that a formal solicitation may not necessarily result from this RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought is voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or Government use of such information. The information obtained from industry responses to this notice may be used in the development of the acquisition strategy and future requests for proposal. Firms who wish to respond to this RFI shall do so by email only to Contract Specialist, Charlie Gill, charles.gill1@navy.mil NLT 10 March 2016 by 3:00 PM EDT and reference solicitation number N68335-16-R-0194.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-R-0194/listing.html)
 
Record
SN04040729-W 20160306/160304235427-d1ab7878e4f98172466b66bab49e9e6d (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.