Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
SOURCES SOUGHT

R -- Financial Accounting Management Information System-Computing Services Modernization (FAMIS-CS Mod) Sustainment Support services.

Notice Date
9/25/2014
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
FAMIS-CS-Mod
 
Point of Contact
Walter F. Holt, Phone: 301-225-4502, Kurtis M. Jones, Phone: 301-225-4508
 
E-Mail Address
walter.f.holt.civ@mail.mil, kurtis.m.jones.civ@mail.mil
(walter.f.holt.civ@mail.mil, kurtis.m.jones.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Financial Accounting Management Information System-Computing Services Modernization (FAMIS-CS Mod) Sustainment Support services within the Office of the Component Acquisition Executive (CAE), Cross Functional Solutions Center (CFS). CONTRACTING OFFICE ADDRESS: DISA Defense Information Technology Contracting Organization National Capital Region P.O. Box 549 Ft. Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman-Owned Small Businesses) to provide the required products, support and/or services. CAE/CFS is seeking information for potential sources for continued support of FAMIS-CS Mod sustainment efforts, which are in support of the DISA's Defense Working Capital Fund (DWCF) and business areas. This includes technical and functional support for the DISA Chief Financial Executive (CFE), DWCF Financial Operations Division and Telecommunications Services Enterprise Acquisition Services Branch, and their use of FAMIS-CS and other financial management related systems. The objective of this requirement is to provide technical support required to sustain and maintain the FAMIS-CS Mod system, which supports DWCF accounting within DISA. As the official accounting system for the DISA Enterprise Services, FAMIS-CS Mod is compliant with standard accounting principles, as well as regulatory controls imposed by the DWCF, DoD Financial Management Regulations, and the Office of Management and Budget. The contractor shall sustain the FAMIS-CS Mod WCF-Core system, which is currently in the sustainment life cycle phase, to include assisting the Government in the change control process, testing and deploying test cases and scripts, establishing and running a Help Desk, and the planning, building, testing and deploying newly modified (later versions) software releases. The contractor shall also support the development and maintenance of system interfaces to/from existing agency software and /or databases, data conversion software and support, and all other services necessary to support DISA and the Defense Finance and Accounting Service (DFAS) in installing, implementing, operating, maintaining, and sustaining the FAMIS-CS Mod WCF core system. Additionally, required support services include the technical applications support, 24/7 application monitoring, and problem resolution support. Also seeking support for the operations and maintenance of the software and to supply internal support to include but not limited to: Year-End Testing Data Re-Organization, functional support for the execution and budget tasks and business process improvement for the various DISA business areas; provide on-site support for the FAMSI-CS system to include assisting the Government in running a Help Desk, and the planning, building, testing and deploying hardware and software releases. Contractor support services would provide the analysis, design, programming, documentation, user training implementation, and operation and maintenance of the FAMSI-CS Mod as well as functional and technical adaptations or enhancements. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-13-F-0139 Contract Type: Firm-Fixed-Price Incumbent and their size: Deloitte Consulting / Large Business Method of previous acquisition: Sole Source The current effort provides support for the Force Management Service Support suite of financial management applications that are operational for the DWCF and general fund business areas. Support also includes technical, functional, and management consulting, integration services and infrastructure solutions, enterprise solutions, and managed services. The anticipated period of performance for this new requirement is five years (one base year with four, one-year options). The places of performance include DISA headquarters at Ft Meade, MD and the CFE Financial Management Liaison Office in Pensacola, FL. REQUIRED CAPABILITIES: Specific areas of support are as follows: 1. Provide Oracle EBS Development support. The Government requires technical support in trouble shooting and resolving issues. Work with Oracle Support to resolve Technical Assistance Requests or Service Requests. Identify and resolve issues related to RIEW (Reports, Interfaces, Extensions and Workflows) objects. Support identification of system changes that require submission of System Change Requests to the Configuration Control Board. The contractor shall perform the following tasks: •Perform analysis of interfaces, extensions, report, workflow errors (Level 2) •Update RICEW code to correct issues and align with Oracle patches •Provide data fixes for Interfaces •Develop complex queries and data support •Coordinate commercially available off-the-shelf package fixes with Oracle 2. Provide Oracle Applications Database Administration support. The contractor shall perform the following tasks: •Perform analysis of interfaces, extensions, report, workflow errors (Level 2) •Perform application cloning •Apply application and security patches •Perform Application maintenance activities - compile invalids, generate forms, generate java files, etc. •Troubleshoot issues and act as a liaison with external entities - DECC, GEX, Oracle Support •Extend support to the developer and functional support resources in troubleshooting and resolving system issues •Perform health checks and performance tuning •Perform Application Security activities •Maintain Identity and Access Management system environments 3. Provide functional support for the Budget to Report (B2R) modules. The contractor shall perform the following tasks: •Support interfaces and extensions from the B2R track •Extend SME support and knowledge transfer to system users •Perform configuration changes to fix defects •Perform functional testing/regression testing of development objects, patches in development, and test environments •Maintain MD50, BR100, and other deliverables •Monitor data, applications, and services 4. Provide functional support for the Order to Cash (O2C) modules. The contractor shall perform the following tasks: •Support interfaces and extensions from the O2C track •Extend SME support and knowledge transfer to system users •Perform configuration changes to fix defects •Perform functional testing/regression testing of development objects, patches in development, and test environments •Maintain MD50, BR100, and other deliverables •Monitor data, applications, and services SPECIAL REQUIREMENTS •Must have Secret clearance. •Must have an IT Systems Administration Level 1 certification. •Must possess proficient IBM Cognos software 10 (and above) programming skills and technical expertise. This will include but is not limited to Cognos Business Intelligence; PowerPlay, ReportStudio, Finance Statement Report, Enterprise Planning, and TM1. •Must have detailed knowledge (having used extensively and capable of demonstrating the skill at a senior level of proficiency) of the following: -MS Visual Basic (specifically.Net), HTML, Active Server Pages, XML, Cognos, DynamicPDF. -Oracle 11g RDBMS and Structured Query Language (SQL0, database stored procedures and triggers. -Windows Communication Foundation, PL SQL, Oracle Scheduler -Standard Office automation software; especially: MS Word, Excel, Project, PowerPoint, Access, Visio 2007. •Must have working knowledge (having classroom instruction and /or minimal experience of product or similar products) of the following: -TOAD, BI-Query -Mainframe applications including Answer: Report and Answer: Forms by Sterling Software (QUIKWRIT, QUIKJOB), 4TH Dimension Software Inc. Control-M Scheduler, Systemware's XPORTER, CA LIBRARIAN, Customer Information Control System (CICS), JES2, TSO, Candle's CL/Supersession, and IBM's Network Control Program (NCP). -Cincom's SUPRA/TOTAL and SUPRA/SQL DBMS -Mainframe Oracle RDBMS and SQL Large-scale telecommunications, contract, finance and accounting system. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA Mission Oriented Business Integrated Services, National Institutes of Health, National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement, Federal Supply Schedules, or any other Government Agency contract vehicle. This information is for market research purposes only and does not preclude your company from responding to this notice. Contractors who wish to respond to this announcement should send responses via email no later than 4:00 PM Eastern on 10 October 2014 to walter.f.holt.civ@mail.mil and to kurtis.m.jones.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/FAMIS-CS-Mod/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency, Nation Capital Region, P.O. Box 549, Fort, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03528796-W 20140927/140926000051-ea31a7196a93fcd5b54eb11e8ec0a861 (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.