Services will include:
• Provide functional on-site support of the CCaRS application to personnel who require CCaRS technical and subject matter assistance at a system application level.
• Monitor and reconcile accuracy of the Government organization's data within CCaRS. In the event of data discrepancies, the Contractor shall coordinate and resolve corrections/solutions with the appropriate Government personnel.
• Provide interoperability of associated databases and interfaces for all of GHSIB users, appropriations, and programs.
• Maintain user accounts and privileges
• Adjust CCaR application capability or tailoring it to the updated and/or changed Government organization's processes/procedures
CCaRS is the preferred requirements tool for the United Stated Air Force. The CCaR system is an automated requirement management system which assists the organization in tracking their planning, budgeting and requirements execution information. The Control and Reporting Center (CRC) was formerly known as Ground Theater Air Control System (GTACS). The Government's preferred solution is for the contractor to utilize employees who have government database experience, government financial, budget or program management experience and specific experience on the CCaR system.
Each team member must have a minimum of the following:
• Applicable functional area certification or 1 year equivalent government database management experience.
B. Control and Reporting Center (CRC) Background
Description
• The CRC is a deployable battle management command and control (C2) system employed at the tactical level to support air operations execution across the entire range of operations, from Homeland Security to major combat operations
• A tactical C2 element that operates independently or in combination with other tactical joint/coalition C2 elements
• Manages the theater's integrated air defense system, conducts air surveillance, participates in theater data link operations, and controls air operations in accordance with the Air Tasking Order (ATO) and Air Control Order (ACO)
A responding company must verify willingness and capability to provide the service identified in this RFI, to help the Air Force determine prospective contractors. The company must be willing to provide an informal capabilities briefing.
Please address each of the following by restating them (one at a time) and providing your response under each specific one.
Address your capabilities to accomplish the service and provide highlights of successful past experience on similar government contracts within the past 10 years. List name of contract, contract number, and assigned Administrative Contracting Officer (ACO) name and phone number for past experience
Describe your current capability and experience with meeting service requirements such as those identified in this sources sought synopsis
Please identify (with rationale) if your company believes that a Firm Fixed Price pricing arrangement is not most appropriate for this type of requirement
Identify your company's size given the above identified NAICS Code
If your company is part of a Small Business program, please provide verification
If you identify your company as a Small Business, please indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company))
Identify your company's socio-economic status
Identify (with rationale) if the Services Contracting Act would (or would not) be applicable based on the "service employee" definition under FAR 22.1001 and Part 541 of Title 29, Code of Federal regulations
Identify (with supporting rationale) necessary experience/abilities in CCaRS management, composition for worldwide support with a mix of specified qualifications, government financial, budget or program management Also identify number of years experience in each of these areas.
Please Respond to: Department of the Air Force, Air Force Material Command, OO-ALC/GHSKB; Attn: Jody Lindley at [email protected]
Responses are due no later than close of business April 1, 2011. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Note that a Request for Proposal (RFP) would include requirements that are more detailed than what is identified in this Sources Sought Synopsis.
Response Due Date: April 1, 2011
This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the bases of this sources sought synopsis/request for information, nor will the Government pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a Request for Proposal.