The RFP Database
New business relationships start here

Travel Processing System/Solution


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

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations.

The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether they are vendors on one of the DHS Strategic Sourcing Vehicles (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition is 511210 Software Publishers. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.


Requirements:
The United States Coast Guard (USCG) is searching for contractors interested in and capable of providing enterprise web-based systems and solutions for processing travel authorizations and travel claims for Temporary Duty (TDY) and Permanent Change of Station (PCS) travel for civilians and Uniformed Service members in accordance with Federal Travel Regulations (FTR) and Joint Travel Regulations (JTR). The system shall provide all travel documentation, computations, accounting interfaces, federal tax reporting, and payment by check or electronic funds transfer, including split disbursement to government travel credit card. Military members include active duty, reserve, and separated/retired.


USCG can prepare and pay 150K travel claims for over 100K travelers in a single fiscal year.


Anticipated Period of Performance:
It is anticipated that a firm-fixed-price Request for Proposal will be released on or around 15 May 2019 for twelve months with four-twelve month option periods included. Annual assessments will be conducted for programmatic review as well contractual performance.


Capability Statement/Information Sought:
Interested business organizations should submit a tailored capability statement for this requirement, not to exceed 10 pages (12-point font minimum), including all attachments.

Submitted statements shall address the following:


A. Eligible business concern's name, point of contact, address, and DUNS number.


B. A detailed description of how your solution is compliant with JTR for PCS and TDY for Uniformed Service members.


C. A description of what makes your company's approach to travel authorization and claims processing more efficient and effective, while controlling cost.


D. A detailed description of the process or steps used by the contractor for migrating new customers to include expected Government involvement.


E. Cite examples from current customers for whom the contractor is providing software solutions that facilitate travel authorization and claims processing in accordance with FTR and JTR.


F. Identification of current DHS Strategic Vehicle, GSA Federal Supply Schedule, other Government Wide Agency Contract (GWAC) held by respondent, socio economic status, contract number, available ceiling, and ordering period.


G. Address the security of the DHS and NIST SP 800-53 requirements for a financial management system containing PII with a FIPS 199 Security Categorization of confidentiality = moderate, integrity = moderate, and availability = moderate.


H. Provide a list of data/information industry needs to support proposal preparation;


I. Any other information that your company feels is pertinent to this RFI.


Information Submission Instructions:
Please submit the above information through email to Contracting Officer Ms. Brenda Oberholzer at Brenda.E.Oberholzer@uscg.mil. Please submit your information as soon as possible but no later than 2:00pm Local Time, on 1 May 2019. All submissions shall reference the following within the subject line of their email: "Sources Sought Response 70ZG319-SS-TPAX - (Insert name of Company)". Interested organizations should submit a tailored capability statement for this requirement, not to exceed 10 pages (12-point font minimum), including all attachments, that clearly details the ability to perform the aspects of the notice described above. Capability Statement must include an indication of current business size status/socio-economic status, clearly marked on the first page of the capability statement, as well as the eligible business concern's name, point of contact, address, and DUNS number.


Disclaimer and Important Notes:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


Brenda E. Oberholzer, Contract Specialist, Phone 3044333223, Email Brenda.E.Oberholzer@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP