The RFP Database
New business relationships start here

Sources Sought for ESC Teaming Partner Acquisition-Procurement/Financial Systems


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment 0001 issues to remove request for business declaration.

The purpose of this market survey is to solicit statements of interest and capability from sources that can provide Professional Information Technology Services for The Federal Aviation Administration (FAA), Enterprise Service Center (ESC). Additionally, this market survey is being conducted to obtain the information necessary to determine whether adequate competition exists, to identify capability among small businesses, SEDB/8a sources, and service-disabled veteran-owned small businesses; and to identify those Small businesses that offer the services via federal schedules.

The FAA intends to establish a Multiple Award Blanket Purchase Agreement (BPA) for short-term special project needs for The Federal Aviation Administration (FAA), Enterprise Service Center (ESC). The project needs will be in support of a variety of potential requirements to ESCbs Procurement (PRISM) and Financial (DELPHI) Systems.

1.0    Background
The Enterprise Services Center (ESC) is an organization located at MMAC. ESC operates as a Federal Financial Shared Service Provider and is one of four federal financial management Centers of Excellence as designated by the Office of Management and Budget (OMB) to provide integrated business services and solutions to the Federal Government. ESC resides under FAAbs Regions and Center Operations Line of Business (ARC) and operates under a bfee-for-serviceb principle, which encourages business-like decisions creating more cost awareness and increased customer focus. Its primary purpose is to provide core accounting and application support services for federal government agencies. This service involves the use of multiple Information Technology applications, hosted and managed on behalf of its financial services customers.

2.0    Identified Requirements
As a reference, at a high level, ESCbs IT services needs may encompass, but not limited to:
b"    Enterprise Architecture (EA)
b"    Quality Assurance (QA) Functional Testing
b"    Technical Writing
b"    Project Management
b"    Database Administration
b"    System/Application Development
b"    System/Application Administration
b"    Middle Tier Administration
b"    Configuration Management
b"    Information System Security
Potential Projects:
b"    Automated Software Testing
b"    Implementation of Government Risk Compliance
b"    Upgrade Serena (Configuration Management)
b"    Oracle Application Development / Support
b"    Treasury Mandates (Security)
b"    Upgrade of Compusearch
b"    Internet Download Manager (IDM)
b"    iSupplier

At this time the nature of the competition has not been determined. However, the Government anticipates pricing of projects on a Firm Fixed Price and/-or Time and Material basis. When a Request for Proposal is issued the FAA may decide to issue the Screening Information Request for full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish the acquisition strategy.

Responses will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendorsb expense.

3.0    Instructions
Responses must be submitted electronically in Microsoft Office/Word or Adobe PDF format and are limited to 15 pages using 12-point Times New Roman front (or similar) with 1-inch margins. All responses to this Market Survey/RFI must be on letterhead. All submissions are due no later than 3:00 P.M. (CST) December 15, 2017 and must include; point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address. Do not send corporate or sales promotion literature. Entities must submit their responses via email to Angel.Taylor@faa.gov. Questions must be in writing, no phone calls please. Responses should include bMarket Survey Response to 28577 and outline the information in the following categories / format.

Responses will not be returned. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked.

A.    Capability Statement - This document should identify:
Provide a brief description of your company, types of services, business size and point(s) of contact, including name, address, phone and email address.
B.    Questions:
a.    As a Prime Offeror - Are you an Oracle Gold Level partner?
b.    Provide two (2) examples that demonstrate your experience with Agile SAFe framework for software development?
c.    Provide 2 successful SAFe Agile Program Increments (PI) that show the summary details for the increment planning, development, and validation and how the increment provided value.
d.    Provide two (2) examples that demonstrate your experience with Oracle Federal Financials E-Business Suite (EBS) 12.x or higher. Do you have both functional and technical personnel on staff experienced with implementing large scaled financial systems?
e.    Do you have personnel on-board experienced with generally accepted accounting principles (GAAP)?
f.    Please provide information regarding your available acquisition sources for this requirement. Please indicate if your company currently offers these services through a General Services Administration (GSA) Federal Supply Schedule (FSS) or Multiple Award Schedule (MAS), Electronic Federal Aviation Administration (FAA) Accelerated and Simplified Tasks (eFAST), or other contractual vehicle.
g.    Please include any comments, concerns or recommendations that you have identified in regards to the requirements (PWS) document and Labor Categories.
                                        
                                        If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/28674 to view the original announcement.

Angel Taylor, angel.taylor@faa.gov, Phone: 405-954-5102

Click here to email Angel Taylor

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP