Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2016 FBO #5446
SOURCES SOUGHT

D -- Student Information System - Appendix C.1 - Appendix F - Table of Contents - Appendix C - Appendix A - Attachment 1 - PWS - Appendix H - Appendix G - Appendix B - Appendix E - Appendix C.2

Notice Date
10/19/2016
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-17-R-0003
 
Archive Date
12/3/2016
 
Point of Contact
Allison J. Norder, Phone: 7193333988
 
E-Mail Address
allison.norder@usafa.af.mil
(allison.norder@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix C.2 Appendix E Appendix B Appendix G Appendix H Attachment 1 Appendix A Appendix C Table of Contents Appendix F Appendix C.1 This is a SOURCES SOUGHT/REQUEST FOR INFORMATION Notice for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition for The United States Air Force Academy. DO NOT submit a quote or proposal in response to this synopsis. The Commodities and Services Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested in providing a Student Information System. This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of 10 CONS to acquire any products or services. Information provided to 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately at a future date. 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of market research. The proposed North American Industry Classification System (NAICS) code is 518210 (this NAICS is being used for informational purposes only and may be changed dependent upon the usage of a strategic source). The small business size standard is $32.5M. Any resulting future contract is anticipated to be a performance based acquisition for providing a Student Information System. Comments and/or suggestions on the below salient characteristics are encouraged and should be included in your responses. These capabilities will be publicized as a Performance of Work Statements (PWS) to achieve the required services. The United States Air Force Academy (USAFA) & United States Air Force Academy Preparatory School in support of the Cadet Administrative and Management Information System (CAMIS) Program Office is seeking information on how an interested contractor could provide a Student Information System that delivers an overall Cadet/Cadet Candidate (student) portfolio management including but not limited to CRM, recruiting, admission, scheduling, registration, academic/non-academic assessment, club management, discipline, inventory management, graduation, and alumni. USAFA will be evaluating technical content for both a Commercial Off The Shelf (COTS) Student Information System and the accompany system implementation and configuration services required to support the proposed SIS software. USAFA will also evaluate system implementers’ solution to provide hosting services for the SIS software. Please see Attachment 1, “Draft PWS” and supplemental attachments the PWS references for more detailed information. Additional supplemental information, including the USAFA Curriculum Handbook, can be found at http://www.usafa.edu/df/dfr/curriculum/handbook.cfm and http://www.usafa.edu/df/dfr/curriculum/handbook.cfm. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; USAFA is primarily interested in vendor cloud based solutions, but would consider alternatives. Interested parties are requested to provide feedback concerning the following: a. Please provide a Rough Order of Magnitude (ROM) for the software and implementations (to include third party applications) to meet the requirements listed in attached Draft PWS in a cloud-based solution. We expect the ROM to be broken out by labor and categories (training, project management, data migration, change management, business process reengineering, integration services, help desk services, hosting services, etc). b. Please provide a Rough Order of Magnitude (ROM) for the software and implementations (to include third party applications) to meet the requirements listed in attached Draft PWS in an on-premise solution. 1) On-Premise would assume government furnished hardware and operating systems. 2) Vendor should provide recommended specifications for government hardware and operating systems, but not pricing for the hardware and operating system. c. Identify gaps in Draft PWS and provide suggestions d. Identify alternate solutions (i.e. third party integrators) e. Can the contractor support the desire schedule for IOC and FOC? Reference PWS Paragraph 2.2.3.1 and Paragraph 2.2.3.2. Please provide notional recommended timelines f. Provide feedback on proposed CLIN structure (attached). g. Please provide additional details that you will require in order to provide a better cost estimate h. Identify which accompanying documents to this Sources Sought/Request for Information were helpful. Identify which accompanying documents to this Sources Sought/Request for Information were not helpful. Please be specific in identification (document name and section if applicable). i. Identify any gaps in information you find useful that were not presented with this Sources Sought/Request for Information. j. Identify any Governmentwide Acquisition Contract available to the United States Air Force you feel would be appropriate for this acquisition. Provide responses not later than 12:00 pm Mountain Daylight Time on 18 November 2016. The 10th Contracting Squadron is under no obligation to consider information received after 12:00 pm (MDT), 18 November 2016. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked “PROPRIETARY INFORMATION.” An electronic email response is the accepted method. Please submit responses by e-mail to the attention of Allison Norder, Contracting Officer at 719-333-3988 and email address allison.norder@us.af.mil. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time, and 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. In accordance with FAR Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award. Register at https://www.sam.gov/portal/public/ SAM/#1. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561. 5352.201-9101 OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-17-R-0003/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04307794-W 20161021/161019234113-affa585d30e25a5115a4a3530314ddd4 (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.