The RFP Database
New business relationships start here

CMCS Software Maintenance


Ohio, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

****Questions and Answers posted****



Sources Sought Synopsis:
THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE.

The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH anticipates an (competitive or noncompetitive) acquisition to provide:


The Case Management Control System (CMCS) is an Air Force information system that assists in the planning, execution, and management of Foreign Military Sales (FMS) cases. It provides management information, financial, administrative budget, and departmental financial support. CMCS is a legacy IT system developed based on FOCUS v. 7.6.13 that will continue to be maintained. This system operates on an IBM mainframe computer running on a z/OS operating system located in the Defense Information System Agency (DISA) Defense Enterprise Computing Center (DECC) at the Naval Inventory Control Point in Mechanicsburg, PA. The requirement is to provide modern, web-based analytical and reporting capabilities to CMCS users without requiring changes to the backend mainframe data collection process. There are currently an estimated 800 reports, which are combined schedule or on request, that are available to users and required to perform their Air Force FMS financial tasks.


Support. Contractor shall provide needed software, programming and development support, analysis and documentation support to the modernized front-end project to the Air Force Security Cooperation and Assistance Center (AFSAC) CMCS Program Manager and individual(s) who support the AFSAC CMCS Program office or designated USAF representative.


Breadth of Support. The contractor shall provide design and development of a web-based analystical platform on the current CMCS mainframe. The contractor shall work in coordination/cooperation with the AFLCMC/WFR CMCS Program Management Office (PMO) team, current CMCS software maintenance contractor support personnel, and DISA to provide application development including project management, architecture design, system integration engineering, system and process documentation, and programming. The current 800 reports would need to be analyzed and transformed to the new web-based analytical format and storage. The contractor shall also provide the ability for system configuration management, report server/storage, and a web portal entry for CMCS users.


Infrastructure. CMCS is built upon various FOCUS databases comprising of the following system groups: Financial Group includes Budget, Delivery Reporting, Expenditure Authority, Cash Management. Planning Group includes Case Profile. Management Support Group includes Decision Support, Databank History, Reconciliation, Case Closure Reconciliation, and Synthesystem. Interface system group includes FMS Integrated Control, Data Utility, Base Level Accounting, and Master Reference Tables. These databases will remain in tact, in the FOCUS 7.6.13, which they are currently designed. A new requirement includes a web based user interface built on top of the current mainframe databases. The mainframe system is housed at DISA DECC Mechanicsburg, PA with a current log-in behind DISA's Multi-host Internet Access Portal (MIAP).


Information is being collected from all potential sources at this time. Each company responding should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard.


The North American Industry Classification System (NAICS) code assigned to this acquisition is 541511, Custom Computer Programming Services, with a size standard of $27.5M. Firms responding should indicate their size in relation to this size standard.


All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract.


Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses.


Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments.


Capabilities Package. All interested firms should submit capability packages that outline their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar work within the past three (3) years. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages with 12-point font with at least 1" margins.


Submit capabilities packages via e-mail to Ms. Lauren Vanhook at lauren.vanhook@us.af.mil. All correspondence sent via email shall contain a subject line that reads "CMCS Software Maintenance." If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email.


An AFLCMC Wright-Patterson Ombudsman has been appointed to consider and facilitate the resolution of concerns from respondents and others for this sources sought. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this RFI. The AFLCMC Wright-Patterson Ombudsman is Col Peter A. Sandness; (937) 255-5512 or peter.sandness@us.af.mil.

Questions related to this sources sought synopsis must be submitted via e-mail to Ms. Lauren Vanhook at lauren.vanhook@us.af.mil.

RESPONSES ARE DUE NO LATER THAN 14 November 2018.



Sources Sought Synopsis:
THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE.


James L Bane, Contracting Officer, Phone (937) 656-1457, Email james.bane.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP