SOURCES SOUGHT
R -- Analysis of the Department of Defense Supply Chain
- Notice Date
- 6/10/2005
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- 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-05-T-0216
- Response Due
- 6/17/2005
- Archive Date
- 8/16/2005
- Small Business Set-Aside
- N/A
- Description
- Source Sought FEDBIZOPS Announcement Sources Sought for Support: Analysis of the Department of Defense (DoD) Supply Chain. Title: Analysis of the Department of Defense Supply Chain. The NAICS code is 541614, and the size standard is $6MM. THIS IS NOT A REQUEST FOR PROPOSAL. Defense Contracting Command-Washington (DCC-W), in support of the Office of the Secretary of Defense, is conducting a market survey in accordance with FAR 10.0001 to determine the extent of Small Business participation and capability to perform the requirement summarized below and in accordance with the statement of work . Here follows the Statement of Work: STATEMENT OF WORK Analysis of the Department of Defense Supply Chain (U) 1.0 OVERVIEW 1.1 Purpose: This Statement of Work (SOW) establishes the basic requirements for private sector support to the Office of the Secretary of Defense Program Analysis, and Evaluation (OSD(PA&E)). The purpose of this contractual effort is to provide support in development of an analytical foundation, in terms of definition, quantification, and evaluation of the Department of Defense (DoD) Supply Chain. 1.2 Background: The DoD operates a major supply chain and logistics networks on par or greater than most Fortune 500 companies. Some estimates place the economic activity of these processes at close to $100 Billion annually. The DoD has made great strides in Logistics/Supply Chain governance, process review, and discussion of Logistics capabilities. Ongoing transformational efforts such as Focused Logistics and the Logistics Transformation Roadmap are providing a common stra tegic framework and direction. However, we have limited visibility into DoD Supply Chain costs and performance, limited use of commercial benchmarks, and current Supply Chain metrics are uncoordinated to meet customers needs. This analysis will support a concerted effort to improve t his visibility of DoD Supply Chain resources. 1.3 Objectives: The objectives of this contractual effort are to provide private sector analytical support to: (1) Provide DoD senior decision makers with sufficient information to better understand current private sector Supply Chain Management. This will enable an informed decision on how best to describe, define, and quantify the DoD Supply Chain. Specifically , a. Based on the Offerors direct Supply Chain Management experience and analyses, provide the current definition, current processes, current modeling techniques, and current Best Practices, of private sector Supply Chain Management. b. Make available the firms current research, case studies, and ongoing analyses in Supply Chain Management. c. Based on the above experience and analyses, develop a broad framework capturing the best of the firms lessons learned that highlight those areas that enterprises should focus on for Supply Chain Management success. Based on the above experience, furth er highlight those areas that are judged to be applicable to the DoD. (2) Review the Department of Defense Supply Chain end-to-end process from a private sector viewpoint. Specifically, a. Conduct a broad review of the end-to-end DoD Supply Chain process via unclassified documentation and interviews of Senior DoD Supply Chain officials. b. Based on the above general review, conduct a more detailed review of those areas of the DoD Supply Chain identified by Objective 1 as being the most critical. By review, this is to entail identification of potential private sector practices that mirror the specific process, and potentially may enhance the DoD process. This will be done via interviews and site visits. c. Provide a summary report of the findings. (3) Based on the results of Objectives 1 and 2, provide private sector metrics of Supply Chain activities that have potential applicability to the DoD Supply Chain. This will enable an informed decision on how to best to meas ure efficiency and effectiveness of the DoD Supply Chain. (4) Provide a recommended framework that would enable the DoD to evaluate DoD supply chain performance versus commercial benchmarks. 2.0 APPLICABLE DOCUMENTS OSD(PA&E) shall make available points of contacts and organizations relating to the requirements in support of this task. 3.0 PROJECT MANAGEMENT The Offeror shall provide all of the services required to efficiently and effectively manage the accomplishment of the tasks prescribed in this SOW. The Offeror shall maintain a system for accomplishing the administrative, management, technical, and fina ncial requirements of the project. Travel may be required to collect data and other material items from various Department of Defense companies and organizations, as well as travel to meetings and conferences. 4.0 DELIVERABLES: This task shall have a duration of six months from award of contract to include the following deliverables: (1) Furnish a Preliminary Analysis Report with initial findings to encompass Objective number 1, and a detailed plan to complete the Final Report. Due one month after contract award. (2) Monthly status reports to include topics such as: start and end dates of the period; progress during the reporting period; issues and results obtained in previously identified problem areas; deliverables completed; and work planned for the next reporti ng period. (3) Furnish an interim Report to encompass Objective Number 2. Due four months after contract award. (4) Document and present, a Final Report to encompass the remaining objectives 3 and 4. Due six months after contract award. 5.0 DOD FURNISHED RESOURCES 5.1 Facilities: Most work will be performed at the Offerors facilities, the Pentagon and some fieldwork, as well as one wholesale or retail end point in the supply chain. DoD will provide the Offerors access to applicable DoD facilities. 5.2 DoD Furnished Information: The DoD will provide the Offeror access to required directives, publications, technical orders, distribution facilities, and other documentation as available and applicable. [end] Capability statements should be as complete as possible and include a brief description of your experience, as well as that of any potential subcontractors, as related to the SOW, and it should describe your capability to obtain any necessary resources. W hen responding to this notice, please identify your company as either small business, 8(a) or HUB Zone, as applicable. Small Business contractors are encouraged to comment on the Statement of Work. Capability packages must be submitted via e-mail only to Mr. David E. Johnson, at: david.johnson3@hqda.army.mil. Capability packages and/or written comments must be submitted by 5:00 PM EST 17 June 2005. DCC-W point of contact is Mr. David E. Johnson, 703 -697-6257, email: david.johnson3@hqda.army.mil. No extensions will be granted.
- 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
- Zip Code: 20310-5200
- Record
- SN00827571-W 20050612/050612190616 (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 |