SOURCES SOUGHT
R -- FA7014-FMBFollowon_MAY_2025
- Notice Date
- 5/22/2025 6:28:58 AM
- Notice Type
- Sources Sought
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA7014-FMBFollowon_MAY_2025
- Response Due
- 5/27/2025 9:00:00 AM
- Archive Date
- 06/11/2025
- Point of Contact
- Joe Spear, Christine Dolan
- E-Mail Address
-
joseph.spear.1@us.af.mil, christine.dolan@us.af.mil
(joseph.spear.1@us.af.mil, christine.dolan@us.af.mil)
- Description
- *** 05/22/25*** By request, this announcement is being extended to Tuesday 05/27/25 12:00 noon, due to the holiday. There will be no more extensions to this announcement. Secretary of the Air Force Financial Management/Budget (SAF/FMB) Contract Support This Request for Information (RFI) is issued for informational purposes only and neither constitutes a solicitation nor a commitment by the government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not be compensated. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information in this RFI. Your response will be treated as information only, it shall not be used as a proposal. THIS IS A CALL FOR ADDITIONAL VENDORS who are interested and capable and who haven�t previously responded to the RFI posted on sam.gov December 2023, the Sources Sought posted on sam.gov June 2024, or the requirements review held by this agency September of 2024 (notice ID FA7014-FMBFollowon). ALL interested parties are encouraged to read the updated draft PWS as the scope of work has changed (specifically task 2). If you have not previously responded, as described above, are interested in this opportunity, and are capable, please provide the following: SECTION A - Company Information: (Please use the attached spreadsheet for this section) Company name, mailing address, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. If different, the name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. Business size for NAICS 541219 (size standard $25M) and status. UEI number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Award Management (SAM) at www.sam.gov to be considered as potential sources. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements Please identify all GSA and Other contracts your company holds and are relevant to this requirement. SECTION B � Anticipated Tasks: Please provide a brief summary of how the vendor will meet the following anticipated Government Tasks, or similar task experience: Task 1: Financial Analysis Support Task 2: Financial System Support Task 3: Administrative Support SECTION C � Market Research Questions: Please provide a brief answer to each of the questions: Please provide familiarity and successful experience with defense financial accounting systems, specifically list systems trained on and utilized? What level of successful experience does the contractor have with defense budget appropriations, specifically what appropriation and what part of the Planning, Programming, Budgeting, and Execution (PPBE) process? What level of successful experience does the contractor have with computer automation and system integration? How will the contractor integrate with current processes and procedures? What successful experience does the contractor have with process improvement techniques? What successful experience does the contractor have with government accounting and audit preparations? If this requirement is solicited on an unrestricted basis, would you be able to meet the DoD Small Business Program Goals for Subcontract listed below? DoD Small Business Program Goals FY 2025 Small Business - 30% HUB Zone Small Business - 3% Service-Disabled Veteran-Owned Small Business - 5% Small Disadvantaged Business - 5% Women-Owned Small Business - 5% Submission Instructions Interested vendors should submit their responses no later than 05/27/2025 by 12 PM, Eastern Time to all AFDW/PKS POCs listed below: Christine Dolan, christine.dolan@us.af.mil Joseph Spear, joseph.spear.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4449270013f64981ad5b358146b5f2c2/view)
- Place of Performance
- Address: DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN07454196-F 20250524/250522230101 (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 |