Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2003 FBO #0524
MODIFICATION

B -- A-76 Commercial Activities Study, Budget and Financial Program Support

Notice Date
5/5/2003
 
Notice Type
Modification
 
Contracting Office
Coastal Systems Station, Code XPS1, 6703 W. Hwy. 98, Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133103R0035
 
Response Due
7/8/2003
 
Point of Contact
Mark Ross at 850-235-5624, or Contracting Officer Carol Dreger at 850-234-4863.
 
Description
This is the second required solicitation notice advertisement prior to the release of the solicitation. The Naval Surface Warfare Center, Dahlgren Division, Coastal Systems Station (NSWCDD CSS) intends to issue a solicitation seeking proposals for comparison purposes in support of the NSWCDD CSS, A-76 Commercial Activities Study, involving Budget and Financial Program support services. This procurement is unrestricted. Budget and Financial Program Support include daily recurring services in the following areas: Financial Transactions; Financial Customer Service; Financial Systems; Financial Information. The work will require the use of multiple Government databases and software programs to provide logistical and financial controls for each record established in the databases and software programs. The list of databases and software programs are as follows: AUTODOC - Automated Funding Document System; CAS - Commercial Asset System; CCR.DLIS.DLA.MIL - Central Contractor Registration Website; CDB - Corporate Database; CITIDIRECT - Citibank Card Management System; COBRA - Computer Optimized Batch Reconciliation Application; CPRRS - Civilian Personnel Resource Reporting System; CTS - Corporate Travel System; DCPS - Defense Civilian Pay System; DEPCON - Unisys DEPCON Output Management Application; DFAS.MIL - Defense Finance and Accounting Service Website; DIFMS - Defense Industrial Financial Management System; DOCUANALYZER - Mobius Document Analyzer; DOCUMENT DIRECT - Mobius Document Analyzer; DRATS - Dahlgren Division Resource Allocation and Tracking Software; DWAS - Defense Working Accounting System; EAGLS - Electronic Account Government Ledger System; EDA - Electronic Document Access; ERP - Enterprise Resource Planning; EXCEL - Spreadsheet Software ; FADA - Field Accounting Document Abstract; FEDSIM - Federal Systems Integration And Management Center; FRS - Financial Reporting System; FTP - File Transfer Protocol; HCM - Headquarters Claimant Module (STARS); IATS - Integrated Automated Travel System; ILSMIS - Integrated Logistics Support Management Information System; Internet / Intranet; MOCAS - Mechanization of Contract Administration Sources; NAFI - Navy/Air Force Interface; OLRV - OPLOC Charleston Document Retrieval System; Microsoft? Outlook? - E-mail Software; PAR - Pensacola Action Request System; POWER TRACK - Bill of Lading Payment System; RBASE - Relational Database; REMEDY - Issue Tracking Software; SDW - Shared Data Warehouse; SLDCADA - Standard Labor Data Collection And Distribution Application; STARS - Standard Accounting And Reporting System; SWT - Service Wide Transportation; WAWF - Wide Area Workflow; WIS - Workload Information System; Microsoft? Word? - Word Processing Software. The specific requirements will be described in a Performance Work Statement (PWS) released with the solicitation. A cost comparison to determine the feasibility and economy of converting the above services performed by the Government to contractor performance is simultaneously being done. A contract will not be awarded if Government performance is determined to be more advantageous. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. It is anticipated that a pre-proposal conference and site-visit will be conducted prior to solicitation closing; time and date will be provided in the solicitation. The solicitation will be issued on a Firm Fixed Price (FFP) basis, and will include Indefin ite Delivery Indefinite Quantity (ID/IQ) line items to accommodate Government-ordered after hours work. Any resultant contract is anticipated to be for a base period and up to four option periods (period of performance not to exceed five total years). Due to the type of work conducted at NSWCDD CSS, it is required that contractor personnel be United States citizens. Currently, the Government in-house workforce is performing the Budget and Financial Program Support services. The Navy intends to perform a cost comparison, pursuant to OMB Circular No. A-76, in order to determine the most cost effective service provider. Best Value Source Selection procedures will be utilized for this procurement. The proposals received in response to the solicitation will be fully evaluated by the Source Selection Team on the stated technical evaluation factors. Proposals will be evaluated on the following factors: 1) Relevant Past Performance; 2) Management Approach and Organization; 3) Technical Approach, Experience and Qualifications, 4) Phase in Plan, and 5) Price. The contract will be awarded to the best value contractor if the contractors proposal is more advantageous than the Governments proposal, taking into consideration the minimum cost differential requirements. To be considered more advantageous, contractor?s proposal must be at least 10 percent lower than the Government?s costs in the performance period. The purpose of the minimum cost differential is to avoid the disruption of converting performance of the commercial activity based on a minimal cost savings. If Government performance is determined to be more advantageous, this solicitation will be cancelled and no contract will be awarded. If a contractor is selected as the service provider, an award wil l be made in accordance with OMB Circular A-76 and all other applicable Navy and Government acquisition regulations. The anticipated release date of the solicitation is on or about 6 June 2003. In accordance with FAR 5.102(a)(7), availability of this requirement will be limited to the electronic medium. The Government will NOT provide hard copies (paper sets) or CD-ROMs of this solicitation. Interested parties may download the solicitation upon its issuance from the following web sites: www.fedbizopps.gov, or www.ncsc.navy.mil. It is imperative that interested parties review the web sites frequently for any updates and/or amendments. The primary North American Industrial Classification System (NAICS) Code is 921130 (Controller's and comptrollers' offices, government); size standard - $5,000,000.00. Critical Note: A Contractor is required to be registered with the Department of Defense?s Central Contractor Registration (CCR) database in order to do business with the Department of Defense. No contract award will be made to any contractor that is not registered in CCR. The Department of Defense Central Contractor Registration website is www.ccr.dlis.dla.mil. Questions and/or Responses shall be delivered to the Contract Specialist at the following address: ATTN: Mr. Mark Ross, Contract Specialist, Code XPS1, NSWCDD Coastal Systems Station, 6703 W. Highway 98, Panama City, FL. (850) 235-5624. E-mail: RossMP@ncsc.navy.mil This is the second required solicitation notice advertisement prior to the release of the solicitation.
 
Record
SN00318006-W 20030507/030505213554 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.