Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
MODIFICATION

D -- DASA-CE Cost Management Services

Notice Date
3/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-16-R-0030
 
Archive Date
4/26/2016
 
Point of Contact
Rebecca J. Mitchem, Phone: 4102784206
 
E-Mail Address
rebecca.j.mitchem2.civ@mail.mil
(rebecca.j.mitchem2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Army Cost Management (ACM) Services on behalf of the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE). The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE: Remote working will be permitted; contractor will be required to support personnel located in the Pentagon, and Fort Belvoir, VA. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The ACM Portal is managed within the Office of the Assistant Secretary of the Army (Financial Management & Comptroller) (ASA (FM&C) under the direction of the Office of the Deputy Secretary of the Army - Cost and Economics (DASA-CE). The ACM Portal gives senior leaders the ability to quickly access important information regarding the status of programs, as well as providing cost and performance information used in Army analysis and decision making. The ACM Portal reduces the time needed to prepare briefing materials and enables senior leaders to quickly analyze Army program performance from their computer workstations. The ACM Portal is operated using government owned and operated commercial, off-the-shelf (COTS) Oracle Corporation software. REQUIRED CAPABILITIES The Contractor shall provide all personnel labor, equipment, tools, materials, and support necessary to perform services in support of the Army Cost Management (ACM) Portal. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances- All contractors must either possess an active secret security clearance or be in process for a secret clearance prior to working with any data or systems related to GFEBS or the Cost and Performance Portal. GFEBS-SA requires top secret security clearances. ELIGIBILITY The applicable NAICS code for this requirement is 541513 with a Small Business Size Standard of $27.5 Million. The Product Service Code is D318. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 11 April 2016. All responses under this Sources Sought Notice must be e-mailed to Rebecca.j.mitchem2.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9.) Does this requirement appear to be appropriate for a firm fixed priced (FFP) acquisition? If not, please provide an explanation as to why, the type of contract that is appropriate including an explanation as to why this contract type is most appropriate. a. If a portion of this PWS can be FFP, please specify. 10.) Describe your level of experience with the SAP Controlling (CO) module. 11.) As regards the CO module within SAP, what T-codes are you familiar with? 12.) Detail the workings of the KB15N and KB21N SAP T-codes. 13.) What is the extent of your experience with the federation of master data? 14.) What insights can you bring from prior implementations and/or subject matter expertise, both functional and technical to ensure success in Cost Management for the Army Enterprise? 15.) Describe the "cost capture" process and the considerations you use to decide on the centralization and decentralization of master data. 16.) In the context of SAP's Project Systems (PS) module, what is your experience with its implementation and subsequent training of users? 17.) Have you had any exposure to any of the US Army's implementation of SAP ERPs such as GFEBS, IPSS-A, LMP, GCSS-A? What is the extent of that experience? What was your role? 18.) Documentation is essential to all SAP implementations. Describe how you develop key documents, validate them, and keep them current. 19.) SAP implementations involve a spectrum of cost objects. How do you identify which cost objects are inappropriate for cost management tasks and objectives? 20.) What was the most challenging problem related to an SAP implementation which you have confronted? How did you resolve it? 21.) Describe the task and issue management system you prefer and works best? 22.) How do you track performance and communicate issues with your customers? 23.) Give at least two examples of your sustained management of the business model life cycle from initial planning through to implementation. How do you determine a successful implementation? 24.) Describe assessment cycles and costing sheets and your experience with setting them up. 25.) How recent is your experience, if any, with the deployment of CO and Project Systems (PS) functionality for an organization? What was the scope of this effort and your role? 26.) How do you go about the verification of a labor posting? Specifics regarding the period of performance will be provided in the solicitation. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Rebecca Mitchem, in either Microsoft Word or Portable Document Format (PDF), via email Rebecca.j.mitchem2.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9091677a61e5edba8abdb944a8595ab)
 
Record
SN04066404-W 20160331/160329235104-a9091677a61e5edba8abdb944a8595ab (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.