Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

R -- Financial Card Management Support Contractor Support Services

Notice Date
1/24/2023 8:07:18 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923QR021
 
Response Due
1/30/2023 2:00:00 PM
 
Point of Contact
Tammi Reasner, Phone: 7176052126
 
E-Mail Address
tammi.s.reasner.civ@us.navy.mil
(tammi.s.reasner.civ@us.navy.mil)
 
Description
This announcement constitutes a Sources Sought for implementation and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk�s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide Financial Card Management Support Contractor Support Services. Introduction: Department of the Navy Consolidated Card Program Management Division (DON CCPMD) centralizes operational control of various Navy Financial Charge Card Programs. These programs include the Purchase Card Program, the Navy Charge Individually Billed and Centrally Billed Travel Card Program, the Fleet Card Program, the Ships' bunkers' Easy Acquisition (SEA) Card Program and the Aviation Into-plane Reimbursement (AIR) Card Program.� Centralizing and consolidating these programs in one office has provided a consistent and integrated management approach, ensuring a single voice to our Navy and Marine Corps customers and business partners, delivering goods and services more efficiently, and facilitating the evolution of technological solutions. Background: The Department of the Navy (DON) Consolidated Card Program Management Division (CCPMD) is responsible for management and oversight of DON financial card programs. One facet of this organization is the centralization and operation of all DON card programs. DON card programs include Purchase card, Travel card, Fleet card, AIR card, SEA card, Swipe SEA Card, LOG Fuel Card, and Co-Branded Voyager/MasterCard. Citibank provides the DON Travel cards.� US Bank provides the DON Fleet cards and Purchase cards.� The DON AIR and SEA cards are currently pending new contract. DON CCPMD card management responsibilities include Program Management, Daily Operations, Guidance & Training, and Continuous Improvement (integrating best practices and innovation throughout DON card programs). The objective to this requirement is to obtain contractor support services to provide the support required by the DON CCPMD for effective and efficient operation of all programs assigned to the office. Description of Services � (See attached Performance Work Statement (PWS) for further details.) The contractor shall provide: �Customer Service Support expertise to the various Card Programs, to include DON Purchase Card, Navy Travel Card (both IBA and CBA), DON Fleet Card, DON AIR Card, DON SEA, Swipe SEA Card, LOG Fuel Card, and Co-Branded Voyager/MasterCard Programs Card Operational Support expertise to the various Card Programs, to include DON Purchase Card, Navy Travel Card (both IBA and CBA), DON Fleet Card, DON AIR Card, DON SEA Program, DON Swipe SEA Card, DON LOG Fuel Card, DON Co-branded Voyager/MasterCard Support required by the Government Project/Program support Team Lead for effective and efficient operation of the Training Customer Support and Content Development for our multiple on line training formats. One such format is our Knowledge Nuggets, which are short multimedia, online learning tools which are currently being created and maintained using Adobe Captive 4 software. Each nugget presents a three to six minute topic relevant to one of the card programs. The nuggets are created from content provided by card program teams using PowerPoint as the initial design tool. Each nugget is then narrated, animated and published using Adobe Captive 4 to produce the final Flash file format ready for web posting. �Personnel management support required by the Government Project/Program Support Team Lead for Contractor Management. Qualifications: Project Manager - 5 years of program management experience. - 5 years� experience managing similar project size and complexity. -5 years� experience with projects similar to those identified in PWS. -Secret Clearance eligible. Senior Planning/Implementation Support Staff - 5 years� experience in supporting audits, responding to findings and facilitating program improvements required by audit recommendations for corrective action, and bank audit tool reporting. - 5 years� experience supporting financial and bank system requirements and migrations. - 5 years� experience in financial card programs and rebates analysis - 5 years� experience with tasks similar to those identified in PWS. �-Secret Clearance eligible. This announcement constitutes a Sources Sought for written information only.� This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement.� This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The anticipated NAICS Code is 541611 � Administrative Management and General Management Consulting Services and the size standard is $24.5 M.� The Government has not yet determined whether an existing strategic source vehicle will be used to satisfy this requirement.� Responders should provide their business size in the NAICS. Responses to this Sources Sought should reference N00189-23-Q-R021 and shall include the following information in this format: �Company name, address, point of contact name, phone number, fax number and email address. Contract and Government Entity (CAGE) Code. If the services can be solicited from a GSA Schedule, or a Strategic Source vehicle, provide the GSA contract number/Strategic Source vehicle number. Size of business � Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned or Service Disabled Veterans-owned. A rough estimate of pricing, including the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules. Capability statement displaying the contractor�s ability to provide the services. (Standard company brochures will not be reviewed.)�� Include any other supporting documentation. Comments or suggested changes to the Government NAICs Determination. Responses should be emailed to Tammi Reasner at tammi.s.reasner.civ@us.navy.mil by close of business on� 30 January 2023.� Again, this is not a request for proposal.� Respondents will not be notified of the results. Please note the information within this RFI will be updated and/or may change prior to an office synopsis/solicitation, if any issued.� Additional information: Oral communications will not be accepted in response to this notice. Responses will be evaluated solely for the purpose of determining the respondent�s ability to meet the government�s requirements as described above. A determination not to compete this proposed effort on a full and open competition basis is based upon responses to this notice and is solely within the discretion of the Government. The Government will use the responses to help determine the interest and ability of qualified sources in the marketplace. This announcement is for information and planning purposes only. It does not constitute an RFQ or RFP and is not to be construed as a commitment by the Government. The Government will not pay any cost associated with the submittal of information solicited herein. Responses and all related communications that contain proprietary information should be marked as such. Attachments: Attachment 1 � Financial Card Management Support Contractor Support Services. Note:� Proprietary information should be clearly marked.� The requested information is for planning and market research purposes only and will not be publicly released.� Again, this is not a request for proposal.� Respondents will not be notified of the results. Please note the information within this RFI will be updated and/or may change prior to an office synopsis/solicitation, if any issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6fd4343aba994aa3a3474422d5f34267/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06572331-F 20230126/230124230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.