Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

R -- Spend Analysis Integrated Process

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-1121
 
Response Due
12/22/2003
 
Archive Date
2/20/2004
 
Point of Contact
Kenneth Kitahara, (703) 695-2563
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(kenneth.kitahara@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. Defense Contracting Command ?????? Washington (DCC-W) intends to award a competitive Small Business Set-Aside contract for the requirement outlined below. The contract type is Time and Materi al. The Statement of Work is as follows: 1.0 Organization. Defense Procurement & Acquisition Policy 1.1 Background and Objective Background: Federal procurement increasingly involves contracting for services. The DoD currently spends more than half of its procurement dollars acquiring a variety of services. That trend is expected to continue for the next several years. It is imperative that the Department spend its limited resources in the most effective manner possible. To that end, the Deputy Se cretary of Defense on February 6, 2003 issued a memorandum requiring a commercial-like joint level ??????spend analysis??????. The memorandum authorized OUSD(AT&L) to form a Spend Analysis Integrated Process Team (SAIPT) to oversee the activity. The SAI PT, with the support of a commercial contractor experienced in this field, conducted a high level spend analysis and identified service commodity categories that may offer opportunities for cost savings and/or increased effectiveness. The next step is for the SAIPT to identify and establish commodity group (CG) teams, formed from service/agency members experienced in the particular service commodity, to further analyze the opportunities and develop joint level written acquisition strategies. 1.1.2 Objective: Identify opportunities to increase the efficiency and effectiveness of DoD procurement through the identification and implementation of strategic acquisition opportunities across the DoD as follows: a. Assist DPAP in the development of a Department-wide concept of operations. b. Structure and implement the commodity group teams. c. Facilitate and train team members. d. Develop procurement strategies for commodity groups. e. Prepare written business case analyses. 2.1 Statement of W ork. The contractor will develop the following: a. Department-wide concept of operations. Prepare a Department-wide concept of operations for the performance of strategic sourcing at the enterprise-wide level. This Concept of Operations shall, at a m inimum, identify the process at the enterprise-wide level; identify participants with roles and responsibilities; potential barriers to success with recommended solutions; potential tools; recommended policies and procedures required for success; recommend ed commodity group structures/techniques; recommended spend analysis techniques; recommended market survey techniques and sources; recommended training activities and sources; and a comparison with industry best practices. The Concept of Operation shall b e developed specific to the Department of Defense considering its size, management structure, organizational and component missions, policies and procedures including statutory and regulatory acquisition requirements. The Concept of Operations shall provi de the structure upon which the Department can build a strategic sourcing program. b. Structure, implement and facilitate commodity group teams. Provide recommendations on the establishment of specific commodity teams as identified by the COR. The Cont ractor shall provide recommendations pertaining to personnel requirements, team charters, performance timelines, analytical processes, market analysis techniques and results, industry best practices, and analytical data requirements. The Contractor shall facilitate commodity team meetings providing guidance and training at meetings. The Contractor shall monitor the progress of each commodity team and provide recommended a ctions as necessary to commodity team leaders. The Contractor shall provide feedback to the COR via the monthly progress report including a discussion of team weaknesses and areas requiring strengthening. Commodity teams shall develop broad based inputs for the Contractor to utilize in the preparation of acquisition strategies/business cases in task ??????c?????? below. c. Prepare written Acquisition Strategies/Business Cases utilizing commodity team assessments for each commodity group. Acquisition St rategies/Business Cases shall follow the format delineated in the May 31, 2002 OUSD(AT&L) memo, Review of Department of Defense (DoD) Acquisition of Services, to support a pilot program for the acquisition of services. The Acquisition Strategies/Business Cases shall delineate the metrics and performance measures to be utilized to measure changes in costs, processes, and management sufficient to provide visibility into the level of success of the acquisition strategy. Draft Acquisition Strategies/Business Cases shall be submitted to the commodity team leader within 30 calendar days of completion of the commodity team efforts and receipt of the strategy/business case inputs developed in task ??????b?????? above. The commodity team leader shall provide feedb ack with requested changes within 15 calendar days. The Contractor shall provide the final strategy/business case within 10 calendar days of receipt of the commodity team feedback. d. Statistical Analysis. Format and normalize raw government furnished acquisition data for commodity teams to analyze and provide ad-hoc statistical analysis of such data when requested by the COR. e. Market Analysis. Provide specific commodity group market analyses when requested by the COR for use by commodity teams in th e preparation of acquisition strategy documentation. Deliverables. All deliverables must meet professional standards and requirements set forth in contractual documentation. The contractor is responsible for delivering all contract line and end items specified. The contractor will request additional infor mation from the DoD COR as necessary. All written deliverables shall be in MS Word format and submitted electronically to the COR and commodity team leaders. Deliverables: Department Concept of Operations (Due: 90 Days After Contract Award), Monthly Progr ess Report (Due: NLT 5th Business Day of Following Month), Acquisition Strategy/Business Case (Due: Draft: NLT 30 calendar days of receipt of commodity team inputs), Final: Within 10 calendar days of receipt of commodity team feedback from draft submission . Criteria for Acceptance: Basic data to support the findings shall accompany the reports. The government has the right to reject or accept a report after a technical review meeting between the contractor and the COR. Duration of Task. The duration of the project will be from the date of award through September 30, 2004. The evaluation criteria is as follows: Factor 1. Technical Capability/Understanding of the Requirements. The Offeror's understanding of the specific requirements and the overall scope of work required; and the Offeror's technical capability, with particular emphasis on the use of proposed personnel. The Government will evaluate the offer's comprehensive approach, detailed work plan, and proposed staffing to accomplish each task. This factor will be evaluated in terms of comprehension and feasibility. The Government will evaluate the offer's explanation of how each task is to be done, to include estimate of total staff hours required and reasonableness of timetable. Credit will be given for innovations where considered appropriate and feasible for the proposed area of application. This section will show the offer's complete understanding of the project. Factor 2. Personnel Qualifications: The experience and capabilities of the personnel that will be assigned to the effort. The Government will evaluate the offer's rationale for staffing the project team with the personnel proposed and the degree to which each team member's or key personnel's qualifications are appropriate for the work required. Factor 3. Past Performance: Offeror's performance on past Federal and/or commercia l contracts within the last three years, plus additional recent relevant information provided by the offerors for consideration. The Government will evaluate the offer's prior and on-going experience and performance on project's similar to that described in the Statement of Work, to include: (a) Specific description of prior and on going, direct experience in spend analysis activities. (b) The degree to which the offeror satisfied its customers in the past and complied with the Statement of Work , contract terms and conditions, as well as Federal, state, and local laws and regulations. Factor 4. Price: Reasonableness of staffing proposals, number of hours, discounts and total overall price to the Government. Although price is a substantial cons ideration, it is less important than technical. An award will be made based on the best value to the Government, cost or price and other factors considered. The proposed cost or price must be considered reasonable and must reflect the proposed technical approach. Interested firms must submit their proposal to Mr. Ken Kitahara, (703) 695-2563, at the following email address: kenneth.kitahara@hqda.army.mil . Proposals are due NLT 3:00 P.M. Eastern Standard Time, 22 Dec 04. Late proposals/modifications will not be accepted after the designated time.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00475035-W 20031123/031121230649 (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.