Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

R -- Army Financial Management Operations (FMO) Support Services

Notice Date
1/5/2023 8:28:59 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
PANAPG-23-P-0000002442
 
Response Due
1/20/2023 7:00:00 AM
 
Point of Contact
Courtney L. Long, Phone: 4436170779
 
E-Mail Address
courtney.l.long5.civ@army.mil
(courtney.l.long5.civ@army.mil)
 
Description
SOURCES SOUGHT NOTICE� Title: Army Financial Management Operations (FMO) Support Services�� NAICS Code: 541611 � Administrative Management and General Management Consulting Services. This industry comprises establishments primarily engaged in providing operating advice and assistance to businesses and other organizations on administrative management issues, such as financial planning and budgeting, equity and asset management, records management, office planning, strategic and organizational planning, site selection, new business start-up, and business process improvement.� Product Service Code (PSC): R699 � Other Administrative Support� Estimated Period of Performance: 5 Year Ordering Period� THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, Market Research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions in either Microsoft Word or Portable Document Format (PDF), via email, to the Contract Specialist Courtney L. Long at Courtney.l.long5.civ@army.mil.�� The U. S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is requesting CAPABILITY STATEMENTS on behalf of the Deputy Assistant Secretary for Cost and Economics (DASA-CE) to identify capable sources that can provide the necessary non-personal cost and economic analysis activities. Specific duties of the DASA-CE related to Financial Management Operations (FMO) include: develop, implement and direct the U.S. Army Cost and Economic Analysis Program as it relates to all financial management activities, to include establishing cost and economic analysis policies, methods and procedures; develop and maintain cost factors to determine requirements for installation base operations and civilian personnel in support of the Planning, Programming, Budgeting and Execution System (PPBES) processes; and develop and implement Army cost management policy and procedures. ACC-APG intends to pursue a single award Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract. See the DRAFT PWS attachment for detailed requirement.�� Capability Statements, including attachments, are limited to five (5) 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 10:00 AM Eastern Time on 20 January 2023.�� Please include the answers to the following questions in the response. Answers to all the questions are required to determine your capability.� Organization name, address, CAGE Code, Unique Entity ID, and website address. Point of Contact (POC) name, telephone number, and email address. 2. Size and type of ownership (Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern) under NAICS code 541611. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.� Please indicate if your company holds a General Services Administration (GSA) or other similar Government-Wide Contracting Vehicles.� The Government will evaluate market information to ascertain potential market capacity to:�� Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;� Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;�� 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�� Provide services under a performance-based service acquisition contract.� Specific Questions:� FMO 1. Define the general work steps necessary to normalize Army Installation Status Report - Services (ISR-S) cost and financial data. Discuss the necessity to utilize normalized data from other applicable sources where applicable to adjust for inflation so that analysis is performed on constant dollars.�� 2. Define the work steps necessary in developing cost estimating relationships (CERs).�� 3. Define the work steps required to develop variable input tables for reporting tools and support the validation of CERs and BOS cost estimates.�� 4. Discuss the work steps required to assist DASA-CE personnel in documenting calculations for pay, benefits and training rates.�� All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this SSN does not preclude participation in any future request for proposal (RFP), if one is issued. If a solicitation is released it will be synopsized on the Contract Opportunities Section of the SAM.gov. website at https://sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.� 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.� 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.� 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.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da97e712e686493c9d960eecb8a9c2e2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06557621-F 20230107/230105230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.