Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOURCES SOUGHT

R -- THIS IS A REQUEST FOR INFORMATION. THERE WILL BE NO SOLICITATION AVAILABLE AT THIS TIME. PLEASE DO NOT SUBMIT A REQUEST FOR SOLICITATION.

Notice Date
9/18/2009
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE9209800
 
Response Due
10/2/2009
 
Archive Date
12/1/2009
 
Point of Contact
Gene J. Moran, 618 220 5068
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(gene.j.moran@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A REQUEST FOR INFORMATION. THERE WILL BE NO SOLICITATION AVAILABLE AT THIS TIME. PLEASE DO NOT SUBMIT A REQUEST FOR SOLICITATION. The United States Army is conducting a market survey to determine if the potential exists for expertise in tracking commercial closed box trailers with AA&E, conduct rail tracking testing to refine the rail tracking CONOPS and develop supporting business rules, provide support to evaluate potential technology vendors that may seek certification for the Defense Transportation Tracking System as will as other systems IAW with the attached PWS. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. 1. The purpose of this announcement is to determine if the Governments objectives can be met by: (A) Contractor capabilities customarily available in the commercial marketplace; (B) Contractor capabilities customarily available in the commercial marketplace with modifications; (C) Customary commercial practices, including warranty, discounts, contract type considering the nature and risk associated with the requirement, etc., under commercial contracts; (D) The requirements of any laws and regulations unique to the services required; 2. The applicable NAICS Code is 517919 and the FSC is R498. The small business size standard is $25.5 million. 3. All Contractors with the capabilities and interest in providing these services may indicate their interest by sending an email to include your name, contact information, company name, business size, your level of interest in this proposed acquisition, and CAGE code. 4. The following provides a synopsis of the specific types of services that the government is requesting information on: Task Area 1: Trailer Tracking It is DTTS objective to expand its current tractor tracking capability to include tracking commercial closed box van trailers while under load with AA&E. This task requires the contractor to provide trailer tracking implementation support and address trailer tracking roll-out issues. The contractor will conduct an assessment following initial trailer tracking implementation and develop an assessment report including lessons learned and identifying refinements needed. The contractor will then assess trailer tracking expansion options and provide implementation support for other conveyances beyond closed box vans, e.g., flatbed trailer and dromedary box movements; and potential future sensor and technology enhancements. Lastly, the contractor will assist the DTTS Program Office and SDDC in refining policy/regulatory guidance affecting trailer tracking requirements. Close coordination with the transportation industry and associations will be conducted to ensure industry issues and capabilities are considered. Task Area 2: Rail and Container Tracking It is DTTS intent to expand its tracking capabilities to other modes of transportation and conveyances. In this regard, the contractor will assist DTTS in effectively capturing rail shipment information from DOD shipper systems. It will further provide research, analytical, cost analysis, and implementation support associated with deploying a rail tracking capability. The contractor will conduct rail tracking testing to refine the rail tracking CONOPS and develop supporting business rules. The contractor will support DTTS technical requirements as rail tracking technology is deployed. As a follow-up to the rail tracking effort, the contractor will then conduct an assessment of how DTTS can best expand the rail tracking capability to include other conveyances and modes such as unit equipment. Throughout its support of this task, the contractor will provide coordination support across all the organizations necessary for integrating DTTS tracking requirements into the broader DOD end-to-end tracking capability. Lastly, the contractor will support DTTS staff in facilitating IRRIS/vendor interface issues and work information assurance (IA) issues, as required. Task Area 3: Technical and Functional Support Under this task area, the contractor will provide support to evaluate potential technology vendors that may seek DTTS certification during the period of performance of this contract. It will also assist in assessing and integrating evolving automated tools and communications capabilities to allow DTTS operators to quickly conference in emergency responders and readily access key information. The contractor will provide further development, studies, research, and technical expertise in evaluating tracking vendor evolving technologies and capabilities and identify other DTTS enhancement opportunities and requirements necessitating changes to IRRIS or other systems. The contractor will assist in the development and assessment of existing performance metrics and propose additional metrics, as appropriate, to ensure all aspects of the DTTS system and Program Office performance are optimized. Further, the contractor will assist the DTTS Program Office in identifying and implementing solutions for minimizing the number of DTTS Not-In-System incidents and ensuring AA&E shipments are posted to the DTTS system in a timely and efficient manner. The contractor will assess impacts on and plan for DTTS mission expansion to track additional commodities such as DLAs HAZMAT program, toxic inhalation hazards, biological or nuclear weapons related material and other customer requirements, as necessary. Additionally, the contractor will asses secure holding areas in CONUS to ensure DOD and carrier holding facilities are adequate to accommodate DOD and carrier operational requirements Task Area 4: Management and Organizational Support The contractor will provide facilitation, coordination, planning and administrative support to the DTTS Program Office. This includes hosting meetings such as the DTTS Joint Service Working Group meetings, and providing overarching program support to include participating in other meetings, preparing briefings, position papers, meeting minutes or white papers, and other written correspondence in support of SDDC and the DTTS program. The contractor will provide consultation support on AA&E, transportation and technology issues and ensure DTTS objectives are considered and are consistent with the DODs overarching strategy as outlined in the DOD Strategic and Implementation Plans for the Distribution of AA&E. The contractor will further provide organization assessment support to ensure the DTTS Program Office is adequately organized, staffed and trained to meet evolving requirements. This includes assessing the DTTS organizational structure and staffing requirements to identify whether the organization and staffing are optimally aligned and assess whether there is a need for additional subject matter expertise (SME) in light of DTTS expanding mission. This also includes assessing whether DTTS needs additional expertise in the areas of security, ordnance, biological select agents and toxins (BSAT), nuclear weapons related material (NWRM), toxic inhalation hazards (TIH), or other hazardous materials (HAZMAT). Lastly, the contractor shall develop a DTTS crisis/exercise plan in support of DTTS staff training and development requirements. This will include facilitating the training exercise and assessing its results -- identifying training voids and areas for improvement. The overall classification of this PWS is SECRET. The daily work associated with this PWS is UNCLASSIFIED but will require access to classified areas and systems which requires SECRET eligibility/access. 5. This sources sought is for planning purposes only and does not commit the government to pay for the information requested. If you are not interested, no response is necessary. 6. This notice is designed to locate responsible sources that have an interest, and the ability to provide the additional services described herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MTMC/DAMT01/W81GYE9209800/listing.html)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE 709 Ward Drive, Bldg 1990 Scott AFB IL
Zip Code: 62225
 
Record
SN01961222-W 20090920/090919000723-c11e757bc32003a9e3a46397352f4f49 (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.