Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOURCES SOUGHT

U -- Joint Deployment Training Center (JDTC) United States Transportation Command (USTRANSCOM)

Notice Date
12/6/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-02-R-0003
 
Archive Date
12/31/2002
 
Point of Contact
Nancy Jurke, Contracting Officer, Phone (618) 256-9963, Fax (618) 256-5724, - Karen Kinzel, Contract Specialist, Phone 618-256-9968, Fax 618-256-5724,
 
E-Mail Address
Nancy.Jurke@scott.af.mil, karen.kinzel@scott.af.mil
 
Description
This synopsis is issued for informational and planning purposes only. The AMC Contracting Flight anticipates issuance of a solicitation for Strategic Distribution (SD) Support for the Joint Transportation Corporate Information Management Center (JTCC). The Government is soliciting information to determine the availability of capable contractors that can perform the following requirements: 1) Provide support to the Government to redesign, optimize and improve DoD's global distribution system through comprehensive analysis and consultation with key service/agencies stakeholders; 2) Use Business Process Re-Engineering/Functional Process Improvement (FPI) methodology, Process maps, G2 ReThink simulation data models, and supporting business cases, to support and identify initiatives designed to improve the overall performance of the distribution system; 3) Strategic Distribution (SD)-Global End-to-End G2 model (GETEM) model maintenance and refinement, to include additional model and narrative development as directed by the Government and integration of process improvements into the GETEM model as well as the Operational Architecture; 4) SD Program Management including SD Vision CONOPs, Process Identification, and integration of End-to-End model with SD Vision; 5) Identify areas of FPIs associated with the reengineering of the DoD distribution processes that improve end-to-end distribution; 6) Analyze the current and emerging requirements, processes, and systems; identify problems, recommend solutions, and implement changes. 7) Identify SD with other distribution initiatives including, but not limited to, the Joint Theater Distribution Joint Test and Evaluation (JTD JT&E) and Joint Logistics Warfighting Initiative (JLWI); 8) Develop key distribution measures, develop strategies for "predictive delivery" and develop concepts for sharing and analyzing workload forecasts to optimize defense distribution; 9) Identify opportunities to apply commercial distribution technologies and processes, and align efforts with Services/Office of the Secretary of Defense (OSD) logistics innovation initiatives to JTCC; 10) Develop detailed findings and recommendations for improvement including G2 ReThink models, processes/or organizational maps (using CANVAS, NetViz or other graphics software as directed by the Government) with narratives or other displays, analytical reports, briefings, and implementation plans as appropriate, and present these to the Government (All required modeling or other graphics software will be furnished as GFE); 11) Assist JTCC with providing Program Management and Project Integration support to the to the SD Committees, as required. 12) Each analysis task or FPI resulting in changes to policy or any business process will be updated in the DTR and the DTS Operational Architecture in the C4ISR framework as appropriate. FPI model data must be in CRIS ready format (as provided by the government). The anticipated period of performance will be one year with four one-year option periods. Request contractors interested and capable of performing this function submit the following information: Name and address of company, Company Point of Contact, Telephone number, Fax Number and E-mail address's, Business size, and identify if disadvantaged, HUBZone, or women owned, 8(a). For purposes of this Request For Information (RFI), the Standard Industrial Classification (SIC) Code for is 7373 and the corresponding NAICS code is 541512. The capability package must be clear, concise, and complete and submitted to the contracting officer noted below no later than 31 May 02. Please limit the capability package to 20 pages. Your statement of capabilities must include, as a minimum, the following items: 1.) Contract references relevant to the requirement to include: Contract Number; agency supported, whether or not you were a prime or a subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, PCO with current phone/fax number, and a brief description of the effort. 2.) Company Profile: Number of employees, annual sales history, locations, security clearances, and DUNS number, etc. IF YOU SUBMITTED A CAPABILITY PACKAGE IN RESPONSE TO PREVIOUS ANNOUNCEMENT, PACKAGE WAS RETAINED AND WILL BE EVALUATED AFTER 31 MAY 02. POINT OF CONTACT: AMC CONF/LGCFC (Ms. Nancy Jurke, Contracting Officer, (618) 256-9963, FAX (618) 256-5724 Email Nancy.Jurke@scott.af.mil or Ms. Karen Kinzel, Contract Specialist, (618) 256-9968, Email Karen.Kinzel@scott.af.mil.
 
Place of Performance
Address: Scott AFB IL
Zip Code: 62225
Country: USA
 
Record
SN00218318-W 20021208/021206213534 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.