Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2017 FBO #5861
SOLICITATION NOTICE

D -- Comprehensive Cost and Requirements (CCaR) System Support II - Performance Work Statement

Notice Date
12/8/2017
 
Notice Type
Cancellation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-18-C-0056
 
Archive Date
1/24/2018
 
Point of Contact
Bradley J. Grimm, Phone: 8508833313, Erik J. Urban, Phone: 850-882-5261
 
E-Mail Address
bradley.grimm.1@us.af.mil, erik.urban@us.af.mil
(bradley.grimm.1@us.af.mil, erik.urban@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CCaR System Support II PWS (2018) COMPREHENSIVE COST and REQUIREMENTS (CCaR) SYSTEM SUPPORT II Notice Type: Sources Sought - Request for Information The Department of Defense (DoD), United States Air Force (USAF), Air Force Test Center (AFTC), Specialized Contracting Branch (PZIE) at Eglin AFB is currently conducting market research seeking capabilities statements from potential sources, including Small Businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned Small Business (SDVOSB) that are capable of providing Subject Matter Expert (SME) support of the Comprehensive Cost and Requirement (CCaR) system. Please review, in this order, the Sources Sought Synopsis and the Performance Work Statement (PWS) which are included to provide respondents a better understanding of the needs of Eglin Air Force Base and the respondent's potential ability to meet the Government's requirements. The requirements for this task are for the provision of CCaR application support for the unique funding, planning, reconciliation, execution and reporting requirements and interface capabilities with various Government systems and applications for activities associated with multiple organizations, as well as in-depth experience and expertise to quickly and accurately respond to the wide variety of financial tasks and unique formats required for detailed financial and program related reporting. Contractor personnel must have knowledge of Air Force financial, contracting, and program management procedures, understand the Planning, Programming, Budgeting and Execution (PPBE) process, and understand the Requirements & Planning Council (R&PC) process. CCaR support must have familiarity with operating web-based database programs, as well as be proficient in all CCaR applications. The contractor shall provide functional support of the CCaR application. Budget Analysts (BA) and Database Administrators (DBA) shall provide assistance and support to CCaR administrative functions and CCaR functional tasks which includes, but are not limited to, the following: set-up, configuration, daily operation and training of the CCaR application in direct support to multiple organizations. CCaR support must have extensive knowledge of the following systems and how they interface with CCaR: Government Accounting and Finance System (GAFS), Automated Business Systems Solutions (ABSS), the Specialized Accounting and Finance Enterprise System (SAFES), Contract Writing Document Preparation (ConWrite), and System Metric and Requirements Tool (SMART); as well as other systems that do not directly interface with CCaR, i.e. Commander's Resource Integration System (CRIS) and Mechanization of Contract Administration Services (MOCAS). CCaR support shall ensure that the CCaR application is properly tailored and configured to meet the unique requirements of the organization to include reimbursable Government accounting and various Business Management Review (BMR) chart configurations. This effort will require a current Secret Facility Clearance. The Air Force anticipates utilizing Firm-Fixed Price (FFP) CLINs. The Air Force anticipates the ordering period will be a base year and four (4) option years. A multi-year contract allows for reduced staff manpower to initiate and award. This also allows stability with the eventual winner, i.e. able to sign employees to longer term contracts thus generating further efficiencies and best ensuring continuity in the support provided to the Government. Upon award of the option years, the same contractor is ready and able to deliver required services on day one without the need for transition time, or downtime, which again, creates efficiencies for the Government. All interested vendors should submit a response demonstrating their capability to perform these services to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 541511, Custom Computer Programming Services, with a size standard of $27.5M. Respondents should indicate their size in relation to this size standard and indicate their socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees for this effort. The Government reserves the right to consider a small business set-aside based upon responses to this action for any subsequent acquisition. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT : All interested vendors should submit a capabilities statement that explicitly demonstrates their ability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate how your firm can complete the requirements of CCaR System Support II. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and what the scope of the experience was. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Include the following in your statement of capabilities: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. The response shall not exceed 10 pages. Also, a draft Performance Work Statement (PWS) is attached for informational purposes. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout, teaming or subcontracting opportunities. Responses may be submitted electronically to the following e-mail addresses: bradley.grimm.1@us.af.mil and erik.urban@us.af.mil. All correspondence sent via email shall contain a subject line that reads " CCaR System Support II." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (CST) ON 9 JANUARY 2018. Direct all questions concerning this requirement to Mr. Brad Grimm at bradley.grimm.1@us.af.mil or Mr. Erik Urban at erik.urban@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de6f53f591b103a0906799ed72ce4617)
 
Place of Performance
Address: • Eglin Air Force Base (AFB), FL, • Hill AFB, UT, • Robins AFB, GA, • Edwards AFB, CA, • Holloman AFB, NM, • Wright-Patterson AFB, OH, • Arnold AFB, TN, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04761759-W 20171210/171208230952-de6f53f591b103a0906799ed72ce4617 (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.