Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOURCES SOUGHT

70 -- FINANCIAL MANAGEMENT SUPPORT SAFFM - Package #1

Notice Date
6/29/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-11-R-7463
 
Archive Date
7/29/2011
 
Point of Contact
Waid R. Harper, Phone: 9376567467
 
E-Mail Address
waid.harper@wpafb.af.mil
(waid.harper@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW for AFFSO This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements for providing Financial Management Support For SAF/FMPSO, Air Force Financial Systems Operations (AFFSO) Wright-Patterson AFB, Ohio and Gunter Annex, Maxwell AFB, AL. Please review, in this order, the Sources Sought Synopsis and the Performance Work Statement (PWS). The contractor is responsible for assisting SAF/FMPS AFFSO in the day-to-day operations for Financial Management Information Systems, Directorate of Operations and Technology. The contractor shall interact on a daily basis with the Assistant Secretary of the Air Force for Financial Management and Comptroller, Deputy Assistant Secretary, Financial Operations; Deputy Assistant Secretary, Budget, the Defense Finance and Accounting Service, the United States Transportation Command, Air Force Major Commands, the Air Force Program Executive Office, Enterprise Information Systems (AF PEO/EIS) and other agencies requiring services or resources in locations more localized to any one of these satellite organizations. A contractor is required to provide on-site functional support demonstrating a clear understanding of the business processes relating to Air Force financial management, budget, and systems on tasks included, but not limited to Financial Management Requirements and Functional Support; Office Automation Support LAN Management, and Inventory Management; Help Desk Support; Data Management Support; Information Assurance (IA) and Certification and Accreditation (C&A) Support, and Courseware Development Support. The contractor shall provide up-to-date changes and processes within the specific systems or SAF/FM as a whole. Knowledge of Financial Management Financial Integrity Act (FMFIA), Joint Financial Management Improvement Program (JFMIP), Chief Financial Officer Act (CFO), Government Performance Results Act (GPRA), and Clinger-Cohen Act is required in addition to other Air Force and Department of Defense guidance. Organizational alignment changes shall continue in SAF/FMPS during the performance of this contract. In order to develop any potential acquisition strategy the following information would be useful: 1. Estimated cost of service 2. Estimated transition time to provide the service 3. Service delivery options (i.e., provide service to service delivery point and provide service to the user) 4. Possible peripheral or allied support required from the government. 5. What performance metrics could be made available to the government related to usage? 6. Any other aspects that should be considered by the government as it refines the requirement and potentially develops an acquisition strategy? 7. Any inputs concerning the NAICS and SBA size standards that should be considered for any potential RFP? If additional information is required to formulate your response to this RFI, request the information through the POC listed below. In addition, site surveys may be available by appointment to provide more accurate responses. Responses: This RFI is prepared for planning purposes only and is not restricted to small business. 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. Sources are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submissions become Government property and will not be returned. 1) RFI responses must include Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification if applicable. 2) Please include your Business Type, i.e., Small, Small disadvantaged, Women-owned, Hub Zone, Service-disabled veteran-owned, 8(a), large business, and etc. 3) All responses shall be provided on white paper outlining the company's responses, not to exceed 7 pages, single-spaced, Times New Roman, 12 font. 4) Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. After review of the responses to this RFI, the Government may or may not proceed with an acquisition. It is the potential offeror's responsibility to monitor this site for any new information related to this RFI. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. Please submit one (1) electronic copy of your response to waid.harper@wpafb.af.mil. Statements should be submitted no later than _______________. If you have any questions, you may contact Jonathan West at Jonathan.West@wpafb.af.mil. See attached: SS_Synopsis PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-11-R-7463/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02485951-W 20110701/110629235259-8a29f5530e521d336327a58812a1ae19 (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.