Illinois Bids > Bid Detail

AMC Distribution Component Billing System (DCBS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
  • 58 - Communications, Detection and Coherent Radiation Equipment
  • 59 - Electrical and Electronic Equipment Components
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159334686687695
Posted Date: Apr 12, 2023
Due Date: May 12, 2023
Solicitation No: 763DCBS_23
Source: https://sam.gov/opp/eab506c14f...
Follow
AMC Distribution Component Billing System (DCBS)
Active
Contract Opportunity
Notice ID
763DCBS_23
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4452 763 ESS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 12, 2023 02:10 pm CDT
  • Original Response Date: May 12, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Scott AFB , IL 62225
    USA
Description

INTRODUCTION:

This Sources Sought will be used to determine the availability and technical capability of industry as well as obtain the requisite expertise through contract resources to support DCBS activities related to supporting the HQ AMC/FM.





DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES

NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.

RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



CONTRACT/PROGRAM BACKGROUND:

This requirement is a potential follow-on to Contract FA4452-18-F-0072, currently being performed by Smartronix. The Government is contemplating use of Firm Fixed Price CLINs.The Distribution Component Billing System (DCBS) is a highly specialized subsidiary system used by the United States Transportation Command (USTRANSCOM), Air Mobility Command Component and the Defense Finance and Accounting Services (DFAS).



The AMC mission includes the airlift movement of cargo and passengers worldwide. AMC operates DCBS, a highly specialized subsidiary billing module. The billing module processes AMC Transportation Working Capital Fund (TWCF) airlift billing data, interfaces invoice details to and from the DEAMS accounting system of record and displays AMC transportation invoice data for customer and analyst interaction. The billing module also displays interfaces with the TFMS accounting system of record and displays Surface Deployment and Distribution Command (SDDC) billing data for customer interaction.



The system supports secondary users at the Department of Defense and other government agencies around the globe.





Acquisition History:

Contract Number: FA4452-18-F-0072 Contract Type: FFP

Incumbent and their size: Smartonix, LLC. (Small)

Method of previous acquisition: Competitive Small Business Set-aside via NETCENTS II





REQUIRED CAPABILITIES:

The 763 ESS is interested in the identification of capable sources for a contemplated contract to provide Distribution Component Billing System (DCBS) on Scott Air Force Base, IL.



DCBS performs the following activities:

• Serves as the USTRANSCOM Component billing module to enable AMC to support the financial requirements associated with numerous transportation business lines.

• Provides a means to expedite the collection of TWCF revenue in peacetime and handle initial wartime financial surge requirements without major readjustments in procedures.

• Increases the efficiency of USTRANSCOM and Component financial processes in all modes of operation by providing the tools to rapidly collect revenue data, process data, update financial

data files, and expedite the billing and collection of revenue.

• Data Receipt/Collection, Revenue Computations, business Rule Application, Pre-Billing, Customer Pre-Validation, Customer Transportation Code Movement Notification, Research and Reporting, Invoice Summary and Transmission to DEAMS, Rate and Business Rule Maintenance



Support for AMC/FM, USTRANSCOM, and DFAS’s military and civilian personnel is detailed in the

attached PWS.

The table below details the services required:

CLIN Unit Description of Services



0001 12Mo DCBS System Maintenance Senior Programmer, DBA, Systems Engineer, SA (AWS), ISSM/ESS (FFP)

1001 12Mo DCBS System Maintenance Senior Programmer, DBA, Systems Engineer, SA (AWS), ISSM/ESS (FFP)

2001 12Mo DCBS System Maintenance Senior Programmer, DBA, Systems Engineer, SA (AWS), ISSM/ESS (FFP)

3001 12Mo DCBS System Maintenance Senior Programmer, DBA, Systems Engineer, SA (AWS), ISSM/ESS (FFP)

4001 12Mo DCBS System Maintenance Senior Programmer, DBA, Systems Engineer, SA (AWS), ISSM/ESS (FFP)



SPECIAL REQUIREMENTS:

Please see security requirements in Section 3.1.4 of the PWS.





NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:

The anticipated North American Industry Classification System (NAICS) code for this acquisition is 541519 – Other Computer Related Services. The small business size standard is $34 million.



To assist 763 ESS in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought, interested parties are encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement’s areas contained herein. This includes responses from qualified and capable small

businesses, small disadvantaged businesses, service disabled veteran owned small businesses, women-owned small businesses, HUBZone small businesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of a proposed JV/partner would be combined to meet the specific requirements contained in this announcement. To make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).





SUBMISSION DETAILS:

Responses should include:

1) Business name and address;

2) Name of company representative and their business title, telephone number, e-mail address;

3) Commercial and Government Entity (CAGE) Code;

4) SAM Unique Entity Identifier (UEI)

5) Anticipated teaming arrangements and CAGE Code (if applicable).

6) Identify any major risks or unknowns that would hinder your ability to meet the requirement

7) Please indicate if there are any requirements that are too restrictive or not traditionally available in the marketplace? Any requirements that should be changed based on industry standards change?

8) Any comments/concerns relating to the requirement or NAICS Code.

9) Business size and socio-economic status.

10) Interested businesses should submit brief capabilities (Government or commercial) as it relates to supporting the above requirement to include the following:

a.Contract number

b. Title and a brief summary of the objective of the effort

c. Contracting agency or firm (Government or commercial)

d. Value of the contract(s) and Period of Performance

e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour

f. NAICS code/small business size standard





The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to a company, or to contact a company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than 10 pages using 10-point font or larger. Published literature may be any number of pages. Submission Information: Vendors who wish to respond to this should send responses by e-mail to:



Ms. Katelyn Lampe, Contract Specialist 763 ESS/PKB

katelyn.lampe@us.af.mil (618) 256-1188

SUBJECT: DCBS FY24 Sources Sought





If your company has an interest in submitting a proposal, please submit a Capability Statement on the tasks described above in the technical description; please respond no later than (NLT) 12 PM CST 12 May 2023. Please provide your questions and Capability Statement to Katelyn Lampe Timmermann, Contract Specialist, katelyn.lampe@us.af.mil, and Alexis Strieker, Contracting Officer, alexis.strieker@us.af.mil. Please use no more than 10 type-written pages using 10-point type or larger. Published literature may be any number of pages.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


Attachments/Links
Contact Information
Contracting Office Address
  • AF NO MILBILLS PROC CP 6182569982 510 POW MIA DR
  • SCOTT AFB , IL 62225-5020
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2023 02:10 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >