Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOURCES SOUGHT

D -- AFICA Distribution Component Billing System (DCBS) - Draft PWS

Notice Date
5/19/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-17-R-DCBS
 
Point of Contact
Jessica L. Logsdon, Phone: (618)256-9842
 
E-Mail Address
jessica.logsdon@us.af.mil
(jessica.logsdon@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SOURCES SOUGHT ANNOUNCEMENT The 763rd Specialized Contracting Squadron (763 SCONS) is seeking sources for the Distribution Component Billing System (DCBS) for Headquarters Air Mobility Command Financial Services Division (HQ AMC/FM). CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron 507 Symington Drive Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The 763rd SCONS is seeking information for potential sources to provide system maintenance for the DCBS system. This includes System Administration, Database Administration, Documentation and Software Life Cycle Support under one task and software development under the other task. The DCBS system supports primary users at AMC, SDDC, USTRANSCOM, and DFAS-Limestone. The system supports secondary users at the Department of Defense and other Government agencies around the globe. 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 requirement is a potential follow-on to Task Order (TO) FA8771-12-D-1008 RL01, currently being performed by a Small Business, Indrasoft Inc. TO FA8771-12-D-1008 RL01 is a commercial, firm fixed price (FFP) order and was awarded through a small business set-aside. The Government is contemplating use of FFP CLINs. However, as no acquisition plan has been approved, the procurement strategy is subject to change. Additionally, there is currently no timeframe for potential RFP release. The current TO is expected to end 30 Sep 18. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a one-year base period, with four one-year option periods. REQUIRED CAPABILITIES: Requirements are described in the attached Draft Performance Work Statement (PWS) and actual tasks may change prior to solicitation. SPECIAL REQUIREMENTS: The Systems process unclassified, classified, and sensitive information. The Government will provide access to facilities consistent with security clearances and a need-to-know. The highest security classification required is SECRET. Required Contractor personnel shall possess appropriate security clearances as of contract award date. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $27.5M. To assist 763 SCONS 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). SUBMISSION DETAILS: Responses should include (Total submission should not exceed 3 pages): 1) Business name and address; 2) Name of company representative, business title and email; 3) Large or Small Business Size and Type of Small Business (if applicable); 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the product and 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.) 7) Any comments/concerns in regards to the Draft PWS and/or NAICS code. 8) Interested businesses should submit a brief capabilities statement package (no more than three pages) in bullet format demonstrating ability to perform the services listed in the attached Draft PWS to include the following: a. A brief description of experience in providing requirement similar to those described in the attached Draft PWS. b. If your business is classified as a small business, provide a brief statement of how your organization can provide a minimum of 50 percent of the work. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). c. The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feeback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than three pages. Vendors who wish to respond to this should send responses via email NLT 21 June 17, 10:00 AM Central Daylight Time (CDT) to jessica.logsdon@us.af.mil. 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-17-R-DCBS/listing.html)
 
Place of Performance
Address: The primary place of performance will be in Government facilities at Scott AFB, IL., Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04515955-W 20170521/170519235058-7f602cc28d0e14e6739a08292001a508 (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.