Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOURCES SOUGHT

D -- Computer Software Tool in support of Navy's Financial Policy and Procedure Requirements

Notice Date
6/12/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-6426
 
Archive Date
7/18/2017
 
Point of Contact
Tchwan Slye, Phone: 2027813972, Peter Agyei-Sarpong, Phone: 202-781-3600
 
E-Mail Address
tchwan.slye@navy.mil, Peter.Agyei-Sarpong@navy.mil
(tchwan.slye@navy.mil, Peter.Agyei-Sarpong@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an RFI for planning purposes only, as part of a market survey led by SEA 01P, Comptroller Office, Naval Sea Systems Command (NAVSEA). This is not a Request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background/ Description: The mission of the SEA 01P is to provide the Navy with the capability to provide an automated computer software tool that will assist the Navy with analysis and reconciliation of problem, disbursement and contract closeout. The Contractor functions would include integration of information from MOCAS, STARS, ERP, and MISIL systems. SEA 01P is interested in companies capable to be rapidly adapted to support the Navy's demand. Over 5,000 users perform their daily duties in researching and reconciling problem disbursements using this application. Requested Information: SEA 01P is interested in systems that are nearly ready to field and would only require minimal adaptation to meet the Navy's computer software requirement. Respondent is requested to provide information on the following: The Contractor shall be responsible for maintaining the hardware and software provided including technology refresh of equipment as required. The Contractor shall assist in planning, installation, testing, checkout, adjustment, operation and repair of any new and upgraded hardware and software. The Contractor shall be responsible for maintaining software licenses and development server including Redhat Linux, MySQL database, Sphinx Search Engine for production and quality. The Contractor shall provide access for an unlimited number of users in support of an ERP company code or comparable distinct organization. The Contractor shall provide capability to assist with contract closeout for an unlimited number of users in support of a Budget Submitting Office or comparable distinct organization. The Contractor shall provide capability to assist with Triannual Review for an unlimited number of users in support of the Budget Submitting Office and subordinate Fund Holders. The Contractor shall provide capability to assist with contract and funding document reconciliation for financial data in ERP and legacy financial systems of record. Response Format: Interested firms who believe they are capable of meeting above requirements are invited to indicate their interest by providing; (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) business size and unique qualifiers (e.g., large, small disadvantaged, veteran owned, woman owned, etc.) Responses should be submitted electronically, in Microsoft Word or PDF format and be limited to 30 pages. Respondents should submit their synopsis (commonly referred to as white paper) which outlines capabilities based on the ability to meet the requirements outlined in this document. The written capabilities submitted by business vendors should demonstrate the ability to successfully perform the required capability / technology. Specific information describing how the proposed software meets the requirements is requested. If a potential systems do not meets some of the performance requirements, respondents are asked to highlight what can be met and what cannot. For those performance requirements that cannot be met, please detail the level and/or reason for the shortfall. The Navy invites both large and small businesses to address the questions below. The applicable North American Industry Classification System (NAICS) for this requirement is 541511. Interested small business concerns that are certified and qualified as small business under NAICS 541511, and registered in the Central Contractor Register (CCR) under NAICS 541511 shall provide evidence that the company can supply the required supplies. If you are a Small Business that performs on contracts under NAICS 541511 and plan on responding to this RFI, please provide information relative to past performance and/or experience providing the supplies requested above. Information should be sufficient to demonstrate the ability to provide this requirement to include (i) Business size, average numbers of employees and approximate annual gross revenue; (ii) specific small business status (if applicable) for your company whether (a) HUB Zone Small Business; (b) Small Disadvantaged Business; (c) 8(a) Firm; (d) Women-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; and (g) other (explain); (iii) company's name, CAGE code, DUNS, Tax ID Number (TIN), address, point of contact, telephone number, and e-mail address. All responses must be provided no later than 1700 EST 03 July 2017. Firms should provide their information via e-mail to Tchwan Slye at Tchwan.Slye@navy.mil. The Government does not commit to providing a response to any comment or questions. The Government will use the information provided in response to this notice to support on-going initiatives within the Navy. These initiatives may ultimately result in the Government developing and issuing a RFP. NAVSEA provides the above for information only. This is not a RFP or announcement of a solicitation. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not provide compensation for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. No basis for claim against the Government shall arise as a result of this announcement or for Government use of any information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-6426/listing.html)
 
Place of Performance
Address: 1333 Isaac Hull Ave, Bldg. 197, Washington Navy Yard, District of Columbia, 20376, United States
Zip Code: 20376
 
Record
SN04541518-W 20170614/170612235200-a994d3e417864bad1fb543e505b8d5a1 (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.