SOURCES SOUGHT
R -- Materiel Management, Unit Readiness Mission for the Army Sustainment Command, Distribution Management Center (DMC)
- Notice Date
- 7/17/2007
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-07-R-0126
- Response Due
- 8/3/2007
- Archive Date
- 10/2/2007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- SOURCES SOUGHT/MARKET RESEARCH FY07-FY12 DISTRIBUTION MANAGEMENT CENTER DISTRIBUTION MANAGEMENT TEAM (DMT) UNIT READINESS MISSION Description: This is a Sources Sought/Market Research announcement to identify interest in performing the ASC DMC materiel management mission. THE NAICS CODE FOR THIS ANNOUNCEMENT IS 541614, 'PROCESS, PHYSICAL DISTRIBUTION, AND LOGISTICS CONSULTING SERVICES'. THE SMAL L BUSINESS SIZE STANDARD IS $6.5M. This announcement is in support of Market Research performed by the United States Army Sustainment Command to determine interest in multiple year services contract for the DMC distribution management/unit readiness missi on at various Continental United States (CONUS) based sites for Fiscal Years 2007 through 2012. SCOPE: The materiel management mission requires that the service provider(s) have the unique military skills sets in unit readiness and supply chain management. All proposed staff must have a security clearance. Service providers must be trained and have an operating knowledge of Standard Army Management Information System, including but not limited to Standard Army Retail Supply System (SARSS 2AC), Corps/Theatre ADP Services Center (CTASC), Command Asset Visibility Equipment Redistribution System (CAVERS ), Standard Army Maintenance System Enhanced (SAMS-E), Logistics Information Warehouse (LIW), Property Book Unit Supply Enhanced (PBUSE), Integrated Logistics Analysis Program (ILAP). They must have strong analytical skills and be familiar with assessi ng Military Unit readiness. The contract mission requires a service provider(s) who are able to provide quick response to new urgent requirements. The mission sites are as follows: Ft. Bliss, TX Ft. Bragg, NC Ft. Campbell, KY Ft. Carson, CO Ft. Drum, NY Ft. Hood, TX Ft. Huachuca, AZ Ft. Irwin, CA Ft. Knox, KY Ft. Lewis, WA Ft. Polk, LA Ft. Richardson, AK Ft. Riley, KS Rock Island, IL Schofield Barracks, HI Ft. Sill, OK Ft. Stewart, NC Ft. Wainwright, AK The Governments preference would be to award multiple contracts (4) that consist of the following regions: CONUS EAST Ft. Bragg, Ft. Campbell, Ft. Drum, Ft. Polk, and Ft. Stewart. CONUS WEST Ft. Bliss, Ft. Carson, Ft. Hood, Ft. Knox, Ft. Sill, and Ft. Riley CONUS PACIFIC Ft. Huachuca, Ft. Irwin, Ft. Lewis, Ft. Richardson, AK, Schofield Barracks, HI, and Ft. Wainwright, AK. ASC HEADQUARTERS Rock Island, IL. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested offerors provide a capability statement, NTE five (5) pages, that details their previous work experience in the areas of expertise and any specialized systems experience with the computer programs listed above. Work performed w ithin the past three years is considered relevant experience for this sources sought announcement response. Please include in your capability statement, your firms business size and identify any potential Joint Venture partners. JOINT VENTURES: Joint Ventures, as defined in FAR 19.101(7)(i), are an acceptable approach for small businesses and are encouraged. Interested small businesses who choose to Joint Venture shall provide the Government with information as follows: (1) Name of Company-inc lude a contact person's name, telephone number and email address; (2) Company Address; (3) Company Size (please specify as either Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business; (4) Identify whether you are interested in this acquisition as a prime contractor or subcontractor. NOTE: 1. Under certain conditions, the individual small businesses must meet the size standard instead of using the combined total of annual receipts of all small businesses in the Joint Venture. 2. The Government may direct certain work be performed by specific contractors. Any of this directed work is exclude d from the total work when determining limitations on subcontracting percentages. 3. To qualify as a small business Joint Venture entity all the members must be a small business. One exception is an approved Small Business Administration mentor-prot?g? a greement, which does permit large business participation in the Joint Venture. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not const itute a Request for Proposals and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcemen t and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultim ate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. INDUSTRY DAY: Depending on the information received from this announcement, the Government may plan a DMC MMT Industry Day at a later date. Tentative areas for discussion include: Joint Venture contracts in the Army; Joint Ventures 'Lessons Learned'; Legal considerations/Q&A; SBA considerations/Q&A; and, Government approach/strategy/timelines. Additionally, opportunities for industry to brief on potential individual contributions to Joint Ventures; and, Industry one on one with Government. RESPONSE DATE: All responses to this announcement must be received by August 3, 2007. Points of Contact are: Ms. Julie Kammer, Contract Specialist, (309) 782-2780, julie.n.kammer@us.army.mil; Mr. Richard Lee, Procuring Contracting Officer, (309) 782-5799, Richard.Lee@conus.army.mil; or Ms. Janet Burgett-Jackson, Procuring Contracting Officer, (309) 782-4805, e-ma il: Janet.BurgettJackson@conus.army.mil.
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-ACF-A, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01344456-W 20070719/070717221537 (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 |