Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

R -- Request for Industry - Financial Management Support Services

Solicitation Number: HHM402-08-R-TBD
Agency: Other Defense Agencies
Office: Virginia Contracting Activity
Location: Virginia Contracting Activity (ZD50)
  • Print
:
HHM402-08-R-TBD
:
Sources Sought
:
Added: March 31, 2008
1. INTRODUCTION/PURPOSE

A. The purpose of this RFI is to solicit feedback from industry on the acquisition strategy of DIAs enterprise Financial Management IDIQ Acquisition notionally entitled Solutions for Intelligence Financial Management (SIFM).

B. The purpose of the SIFM is to provide the DoD Intelligence Community (IC), consisting of the Defense Intelligence Agency (DIA), Service Centers (Army, Navy, Marine Corps and Air Force) and the Combatant Commands, with dedicated contractor support to assist DIA efforts to demonstrate audit readiness by the end of FY 2011 and to provide support for a full range of financial and resource management activities. SIFM is intended to streamline the procurement process for Financial Management (FM) support and provide leadership with the capability to effectively and efficiently manage FM resources.

C. FM is a collaboration of highly specialized skill sets required to provide the DoD Intelligence Community the capability to access a large pool of available talent with a diversity of experience, education, and technological capabilities. SIFM contracts will establish the framework for delivering the type of services currently provided by expiring support contracts.

D. Currently the Government intends to make award(s) either 4th quarter FY08 or 1st quarter of FY09. The intention is to complete a multiple award vehicle that will allow contractors to propose on all or any combination of the services areas in Section 3. The government intends to make one award per service area. Due to the nature of this work, the government may designate some service areas as exclusive. Specifically, the contractor receiving an award in one of these areas may not receive an award in any of the others.

E. SECURITY At a minimum, all contractors shall be required to have Top Secret Facility Clearances when submitting proposals. Specific task orders may have unique security requirements. These requirements could include unrestricted access to the Defense Intelligence Analysis Center (DIAC) and a DIA approved Sensitive Compartmented Information Facility (SCIF) with Joint Worldwide Intelligence Communication System (JWICS) connectivity and National Secure Telephone System (NSTS) telephones. Security requirements will be task order-specific.





2. SCOPE/ASSUMPTIONS:



A. The FM support will cover both classified and unclassified programs. The organizational scope of this effort is any DIA Service Center, DIA Combatant Commands, and/or DIA deployed locations where the delivery of FM support and related services is deemed necessary by the Government.

B. SIFM is envisioned as a task-order-based, multiple-award contract with a mix of small and large business prime contractors, each with an extensive network of teaming partners and subcontractors to satisfy the communitys mission requirements.

C. The SIFM contract vehicle is contemplated to include a base year, plus four option years. The total value over this five year period may be $100 million. Award term years maybe used as an incentive for outstanding performance.



3. POTENTIAL SERVICE AREAS



The contract vehicle must provide DIA the availability of essential skills and expertise to meet DoDIIS mission requirements for specific service areas; to include:

Accounting

Automated Solutions

Budgeting

Complementary Audit

Complementary Financial Management

Cost Analysis

Financial and Performance Audits

Performance Metrics Development

Programming

Program Performance Evaluations

Project Management



These areas may change in response to industry input, evolving requirements, and/or other recommendations as deemed appropriate.



4. REQUEST FOR INDUSTRY INPUT



The Government would like industry input regarding the following topics:

A. Vendors interested in being Prime Contractors or subcontractors on this vehicle and for specific service areas.

B. Response time necessary to prepare a proposal in response to the RFP.

C. Recommendations on how the cost portion of the proposal should be structured.

D. Recommendations on the submission of proposals (Oral Presentations, Written, or other methods).

E. What work could be included in SIFM that is not currently being executed by Virginia Contracting Activity

F. What should the competition strategy include

G. What should the performance metrics and incentive structure be

H. Address any issues that may arise from a requirement for contractors (or team) to have a SCIF with JWICS connectivity.

I. All responses shall be submitted VIA EMAIL ONLY to Eric.Keehan@dia.mil and maria.kersey@dia.mil no later than 18 April 08. No questions will be taken at this time. This RFI is for market research only. No additional information is available at this time.

:
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563, UNITED STATES
:
Bolling Air Force Base, Washington DC
20340
:
Maria Kersey, Contract Specialist, Phone (202) 231-3613, Fax (202) 231-6179, Email maria.kersey@dia.mil