SOURCES SOUGHT
R -- Fleet & Industrial Supply Center, Pearl Harbor, Hawaii is seeking sources with the capabilities to perform Management and Professional Support Services.
- Notice Date
- 3/23/2004
- Notice Type
- Sources Sought
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060404TA438
- Response Due
- 4/1/2004
- Point of Contact
- Gail Mance, (808)473-7562
- E-Mail Address
-
Email your questions to Purchasing Agent
(gail.mance@pearl.fisc.navy.mil)
- Description
- Fleet & Industrial Supply Center, Pearl Harbor, Hawaii is seeking sources with the capabilities to perform Management and Professional Support Services to prepare SEABEE logistics/budget reports, instructions, and documentation; update SEABEE Logistics and Financial Training Manuals/Guides, SEABEE MOBEX after action report solutions, and Life Cycle management assistance and TOA planning, including recommendations in support of management and control of programs. The requirement is projected to include a base period with one option period. "Studies, Analysis, and Evaluation" The contractor shall examine and analytically evaluate the 1NCD FWD Camp OPTARs and financial management processes. Results of these evaluations will be documented products including oral and written briefings, formal reports, Metric Proposals, and recommendations for efficiencies and cost savings to suppor t 1NCD FWD/30NCR decision-makers and the Resource Policy Council. The contractor must be able to provide subject services. His/her role will be to: provide and develop MOBEX Evaluation, Issue papers and specific write ups in the development of a Strategic Plan; collect data and information and collate into training manuals and guides; assist in the development of financial policies and appropriate documentation; facilitate discussions, keep them on track and provide clarification and summaries; and provide data collection, analysis, evaluation, and recommendations for utilization efficiencies of the 1NCD FWD/30NCR OPTARs, AIS, and TOA logistics support. Contractor must possess technical expertise in "SEABEE" logistics, Food Services, Supply, TOA and Financial Management. Provider must be knowledgeable of "Seabee" NMCB, 1NCD FWD, and 30 NCR working level requirements and 1NCD headquarters procedures. Must be well-versed in Seabee strategic Business Planning techniques and the principles of TQL. Must be a subject matter expert able to update and produce Seabee training guides, facilitate Logistics meetings, be the Team Coordinator for LFMI Inspections, write Seabee instructions, and provide Seabee storekeeper training consistent with current instructions and procedures. To be viable and relevant, the vendor must have worked in these areas during the past 7 years and participated in Seabee inspections, training, Financial and Logistics policy development and procedures, draft and updated Seabee Supply Handbooks and OPLAN/OPORDER Financial Appendices, be able to travel to foreign countries on short notice, and provide 24 hour laptop support on Seabee Financial and TOA Management issues. Contractor must be well versed and up to date on P-25 TOA Core Module management and be able to write Seabee process implementation plans. During the period of 1 May - 30 Apr 2005. *** Interested parties shall provide the Government with information as follows: (1) Name of Company-include a contact person's name, telephone number, and email address; (2) Company Address; (3) Company Size (please specify as either-Large, Small, Small Disadvantaged, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), or Hubzone Small Business); (4) Identify whether you are interested in this acquisition as a prime contractor or a subcontractor; (5) Identify whether the services identified in the Draft Statement of Work are of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices and whether these services are exclusi vely provided to the Government; (6) Identify standard commercial terms and conditions typically associated with these services; (7) Describe experience and past performance with similar types of requirements of similar scope and magnitude and whether they were performance-based - include the contract number; Government agency name and address; contract funded amount; (8) Identify existing or potential pricing structure in support of this type of work; and (9) Identify qualifications of technical and management personnel. *** THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATI ON REQUESTS. *** Firms interested in performing this requirement may reply to this Sources Sought by addressing the elements above and any processes that would be used. Replies shall be provided in duplicate (one original and one copy). Proprietary processes or data must be clearly marked and documented as such. Respondents should include applicable Dun and Bradstreet Number (DUNS), Tax Identification Number (TIN) and Central Contractor Register Number (CCR). The Government will not pay for any materials furnished in response to this synopsis. Submittals furnished will not be returned to sender. Requests for other pertinent information may be address to Gail Mance at (808) 473-7562. Point of contact e-mail address is gail.mance@navy.mil.
- Record
- SN00552577-W 20040325/040323212234 (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 |