Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2006 FBO #1788
SOURCES SOUGHT

U -- Acquisition of Lean Training Requirements

Notice Date
10/17/2006
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-07-R-7901
 
Response Due
11/3/2006
 
Archive Date
11/18/2006
 
Description
SOURCES SOUGHT SYNOPSIS ACQUISITION OF LEAN TRAINING REQUIREMENTS The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the effort described herein. The Aeronautical Systems Center at Wright Patterson Air Force Base is seeking sources to provide curriculum and lean training to personnel across Air Force Materiel Command. The training is to be conducted primarily at Air Force Material Command bases across the United States. Performance period will be 1 April 07 through 31 March 08. At least 2 one-year options may be awarded. The Government will use the information gathered from this Source Synopsis to develop their bidders list. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this Sources Sought Synopsis shall submit the following information to: Dianna C.Aniton, email: Dianna.Aniton@wpafb.af.mil and Debra L. Haley, email Debra.Haley@wpafb.af.mil. The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The NAICS code for this requirement is 611430 Professional and Development Training. Two courses are requested. These courses must already exist as the Government is not paying for course development - only course instruction. The first course is a comprehensive seminar which incorporates a broad spectrum of Lean concepts. (Lean is defined as the compilation of world-class practices to identify and eliminate all waste or non-value added activities from a process) That course should be no longer than 5 days and should include, as a minimum, the following concepts: lean thinking, lean engineering, lean office, lean implementation, a tour of a lean facility, value stream mapping from the enterprise level to the lower organizational levels, lean supply chain management, quality and six sigma. It should also address the role of the workforce, the stakeholder, and the leadership in leading and managing change from project initiation to implementation and sustainment. In addition, the course format should include case studies, active learning, interviews & presentations, simulations (manufacturing & office), and guest speakers. Participants should have an opportunity to engage in hands-on learning activities, as well as understand the fundamental concepts. Case studies and simulations should focus on the aerospace industry and applications of lean within that context. Instructors should have a combination of academic, government and industry perspectives. This class will have a minimum of 25 and a maximum of 30 students from all levels of the Air Force Materiel Command workforce per course. Course delivery will range from a minimum of one per quarter to a maximum of 8 per quarter. The second course should be no longer than 8 hours and should include a specific focus on lean in the office environment and should include, as a minimum, the following concepts: lean office, waste, tools, a simulation, and implementation. Simulations should focus on the aerospace industry and applications of lean within that context. Instructors should have a combination of academic, government and industry perspectives. The class size will be a minimum of 8 and a maximum of 10 students per course. Course delivery will range from a minimum of 3 per month to a maximum of 9 per month. Capabilities Packages- Interested parties must submit a capabilities package, that is brief and concise, yet clearly demonstrates their abilities to meet the stated requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information (subject to the page limitations stated below) the interested party feels is relevant. The following issues must be addressed: a. Clearly describe your company's background and experience, within the past three years, in delivering specifically the above described instructional services. b. Clearly describe your company's ability to respond to urgent and short notice requirements, i.e., multiple delivery orders for quick turn around. c. Provide representative resumes that exemplify the types of persons you would identify to provide management, instruction, administrative, and technical requirements. d. Provide any other information you think we need to evaluate your capabilities. The capabilities packages should present clear evidence that the interested party is fully capable of providing required services and as such may contain any information the interested part feels is relevant. Responses must not exceed seven single-spaced, 12 point typed pages. All materials submitted in response to this sources sought synopsis must be received no later than 03 Nov 06. Company Information - Provide the following information about your company: a. Points of Contact, addresses, phone numbers b. List any contract and relevant information on any existing contracts that may be utilized for this effort (e.g., GSA, etc.) c. Business Size Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Questions concerning this requirement should be electronically sent to the Contracting Officer Dianna C. Aniton email dianna.aniton@wpafb.af.mil, phone (937) 656-7481. Responses must be submitted no later than 3:00 PM (EST), Friday 03 Nov 2006 to Dianna C. Aniton email dianna.aniton@wpafb.af.mil AND Debra L. Haley email debra.haley@wpafb.af.mil. Late responses will not be reviewed.
 
Place of Performance
Address: ASC/CS, 1865 4th St, Bldg 14, Rm 229, Wright-Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01166519-W 20061019/061017220304 (fbodaily.com)
 
Source
FedBizOpps 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.