Non-appropriated Funds Central Payroll System System Administrator
ID: AIP3002691Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR) (DH01)
Timeline
    Description

    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified contractors for the role of System Administrator for the Non-appropriated Funds Central Payroll System (NAFCPS) on IBM iSeries servers. The primary objective of this procurement is to ensure the secure and efficient operation of the payroll system, which is critical for processing payments for Army and DoD Non-Appropriated Funds employees, including payroll calculations and reporting. The contract is anticipated to span one base year, starting April 1, 2025, with options for four additional years, and responses are due by 12 PM ET on October 4, 2024. Interested parties should submit their capability statements and relevant experience to Charolyn Jackson and Chrissy Webb via email, including the SAM notice ID in their response.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Finance and Accounting Service (DFAS) seeks a contractor for system administration and maintenance of the Non-Appropriated Funds Central Payroll System (NAFCPS) on IBM iSeries servers. The primary objective is to ensure the secure and efficient operation of the payroll system, which processes payments for Army and DoD Non-Appropriated Funds employees, including the management of payroll calculations, tax forms, and reporting. The contractor will be responsible for server hardware and software installation, configuration, management of user accounts, performance monitoring, regular backups, and implementing security protocols. The contract will span one year, with options for four additional years, and can be performed remotely or on-site at specific DFAS data centers. Key responsibilities include conducting quality control, providing training for DFAS personnel, and maintaining compliance with security regulations. A focus on minimizing server downtime while ensuring scalability is critical. The contractor must also prepare regular status reports and management reviews, assist in troubleshooting, and develop a quality assurance plan. Personnel working on this contract must meet specific security requirements and complete mandatory training. This contract reflects the government's commitment to maintaining a robust payroll system that meets its operational needs.
    The NAF Civilian Pay System Pricing Spreadsheet outlines labor rates and requirements for a federal contract focused on System/Server Administrator roles or equivalent positions. The document specifies a pricing structure for a Base Year from April 1, 2024, to March 31, 2025, with four subsequent Option Years extending through March 31, 2029. Contractors must provide equivalency documentation when proposing labor categories that differ from the recommended one, detailing how their submissions align with the established criteria. The spreadsheet is designed for input only in designated "Orange" highlighted cells, with calculations for monthly labor rates for a total of 1920 hours per year, ensuring a firm fixed-price model consistent with the contract's structure. This document is pivotal for maintaining budget transparency and clarifying expectations for contractor labor management in federal services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information - FY25 Combined Indianapolis System Support
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors to provide system support for the Combined Indianapolis System, which includes the DATAAPS, HQARS, and WIA systems. The procurement aims to secure specialized resources to ensure compliance and integration of existing and new Enterprise Resource Planning systems, requiring expertise in specific programming languages and relevant experience in system management and support. This opportunity is critical for maintaining the operational integrity of essential accounting systems within the DoD, emphasizing the need for skilled labor in areas such as contract management, data migration, and software engineering. Interested parties must submit their responses by October 7, 2024, to the primary contact, Patrina James, at patrina.l.james.civ@mail.mil, or the secondary contact, Diana Scruggs, at diana.m.scruggs.civ@mail.mil.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which aims to ensure the continued operation and integration of the Navy's manpower and personnel systems. This procurement involves the sustainment and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, including system integration, testing, implementation, and cybersecurity support. The contract is anticipated to be awarded in March 2025, with a total ordering ceiling of $338 million over a five-year period, and interested parties should direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil by the specified deadlines.
    RAPID_MAC_FORECAST_JULY_2024
    Active
    Dept Of Defense
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is soliciting proposals for the Army Financial Improvement (AFI) Program Support Services. The objective of this procurement is to secure professional accounting, auditing, and change management services to assist the Army in achieving an unmodified audit opinion on its financial statements. This contract is crucial for enhancing the Army's financial management capabilities and ensuring compliance with federal regulations, ultimately contributing to improved financial reporting and audit readiness. The contract will be awarded as a single indefinite delivery/indefinite quantity (IDIQ) contract with a maximum ceiling of $249,999,999.99 over a three-year period, with proposals due by 10:00 AM ET on October 8, 2024. Interested parties should direct inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil.
    IT Systems Support for DAF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified partners for IT Systems Support under a Request for Information (RFI) aimed at enhancing Integrated Management and Business Systems Support (IMBSS) in a classified environment. The procurement focuses on modernizing existing IT solutions, particularly for a financial system, utilizing agile methodologies and DevSecOps principles, with key requirements including expertise in Linux, Kubernetes, and experience with Commercial Off the Shelf Enterprise Resource Planning (COTS ERP) systems. This initiative is critical for improving the efficiency and security of IT operations within the Air Force. Interested parties must submit their responses by October 16, 2024, at 4:00 P.M. Mountain Time, and can reach out to Laycee Moss at laycee.moss@us.af.mil or Benjamin Peterson at benjamin.peterson.8@us.af.mil for further inquiries.
    70--A secret clearance is required. See attached DD254
    Active
    None
    Presolicitation Department of Defense is seeking NetApp maintenance renewal support for the Joint Staff, J7. The service is being procured on a brand name basis with authorized resellers of NetApp Incorporated. The period of performance is from February 1, 2016, to January 31, 2017. A firm fixed price type contract will be issued in accordance with FAR 13. For more information, contact Jaime Slattery at jaime.slattery@navy.mil or (215) 697-9605.
    AFNORTH Support Services Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AFNORTH Support Services Contract at Tyndall Air Force Base, Florida. This contract aims to provide comprehensive management and labor support for the Continental United States NORAD Region, First Air Force, and associated units, in accordance with the Performance Work Statement. The contract will be awarded as a firm-fixed price agreement with a one-year base period and four optional twelve-month extensions, emphasizing the importance of these services for national defense operations. Proposals are due by November 1, 2024, at 2:00 p.m. CDT, and interested vendors must register in the System for Award Management (SAM) and submit inquiries via email to David Hackney or James Vaughan.
    70--SERVER,RACKMOUNT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of rack-mounted servers. The procurement aims to ensure that the servers meet operational and functional requirements as specified by designated Cage Codes, with a focus on quality assurance and compliance with military standards. These servers are critical for various defense operations, highlighting the importance of maintaining their functionality and reliability. Interested vendors must submit their quotes by May 3, 2024, and can contact Ryan Powell at 717-605-8198 or via email at RYAN.M.POWELL22.CIV@US.NAVY.MIL for further details.
    Dell Data Domain Maintenance
    Active
    Dept Of Defense
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    Corps Water Management System (CWMS) Database Authorization
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4LD USA HECSA office, is seeking qualified contractors for the Corps Water Management System (CWMS) Database Authorization. The procurement aims to establish a firm fixed-price contract for custom computer programming services under NAICS code 541511, with the specific tasks outlined in the Draft Performance Work Statement (PWS) provided. This initiative is critical for managing and facilitating government requests for proposals and ensuring compliance with governance standards, thereby optimizing funding opportunities and resource allocation. Interested parties are required to submit a capabilities statement and respond to the attached questionnaire, with submissions not exceeding 15 pages, to the designated contacts David A. Kaplan and Quan Nguyen by the specified deadline.