Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOURCES SOUGHT

R -- Sources Sought for a JMC Enterprise Integrated Ammunition Logistics Strategy

Notice Date
6/29/2010
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10RILS
 
Response Due
7/14/2010
 
Archive Date
9/12/2010
 
Point of Contact
Kathleen Ward, 309 782 3715
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(kathleen.ward@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Market Research announcement to identify interest in a requirement for the Joint Munitions Command (JMC) which requires contractor assistance to conduct analysis and technical support in planning and implementing a JMC enterprise ammunition logistics strategy to meet the Joint Munitions & Lethality Life Cycle Management Commands (JM&L LCMC) Ammunition Enterprise Strategic Analysis & Execution (SA&E) requirements. The goal of the effort is to enable true enterprise management of the ammunition logistics base. The NAICS code FOR this announcement is 541618, Other Management Consulting Services, with a small business size standard o f $7M. Please indicate your business size with your information. This announcement is in support of Market Research performed by the Joint Munitions Command to determine interest in strategy development to integrate and optimize the logistics and non-logistics functions of the ammunition enterprise to include other installation missions and activities, creating the strategic framework and operational and financial mechanisms needed to achieve true enterprise management of the ammunition logistics base. This expanded view should be capable of identifying the business rules and guiding principles to effectively and efficiently manage the collective business paradigms/models, identifying and removing constraints from the JMC enterprise. In 2006, the US Army Joint Munitions Command (JMC) developed its integrated logistics strategy to guide key strategic and operational decision making in its logistics mission. The logistic missions addressed included Standard Depot Operation (SDO) functions, specifically receipt, issue, inventory, surveillance and rewarehousing, as well as maintenance and demil. The JMC strategy includes network, positioning, and transition strategies for making positioning and work loading decisions. Specific benefits from the strategy initiative included: Identification of specific improvement initiatives; Development of an improved planning framework leading to stronger, more stable plans; Optimized positioning, out-loading, and economic viability through development of the strategic framework; Breaking down of stovepipes across logistics mission boundaries (i.e., receipt, issue, inventory, surveillance, demil, maintenance, rewarehousing); A set of guiding principles for decision making and problem solving; and facilitation of faster, better decision making leading to improved cost and efficiency. Non-SDO missions and activities were not included in the analysis (i.e., production, 3rd party, etc.). This scope will expand the area of consideration to all mission areas at the JMC GOGOs. JMC Government-Owned, Contractor-Operated (GOCO) installations will be outside of this scope with the exception of Hawthorne Army Depot (HWAD). JMC has the following Technical Requirements: The contractor shall provide analytical and technical support in planning and implementing the JMC enterprise ammunition logistics strategy. This scope will integrate JMC Munitions Logistics Readiness Center (MLRC) controlled SDO, maintenance and demil functions, with Program Manager (PM)/Service generated SDO and other installation mission functions which includes but is not limited to production, 3rd party, chemical demil, and ammunition peculiar equipment at these same installations, and will create a holistic and robust integrated strategic framework for enterprise management of the JMC ammunition logistics network. The contractor shall develop and codify the strategy. The contractor shall develop guiding principles and processes, which will define integration and optimization of SDO and non-SDO missions and metrics to evaluate the ammunition logistics enterprise in terms of an effective and efficient logistics base at both the installation and overarching enterprise levels. The developed approach and methodology will be staffed and validated by both the JMC Headquarters leadership and the installation Commanders. The contractor shall develop financial and operational metrics to enable enterprise management of the ammunition logistics base. The contractor shall develop risk measures and management plans to assess and articulate levels of risk to the various missions of the JMC ammunition logistics enterprise. This support may include, but not be limited to, analysis of various JMC installations mission and financials, development of various execution scenarios, and assistance in developing the final implementation plan. The contractor shall provide analytical and technical support in creating a communication plan for internal and external implementation of a holistic and integrated strategic framework for enterprise management of the ammunition logistics network. The contractor shall develop the process and associated metrics to establish an enterprise wide ammunition logistics framework, which clearly establishes a robust ammunition logistics strategy and an implementation path. The contractor shall develop the methodology to articulate the process of driving the JMC enterprise from a profit center to a cost center based organization with metrics that depict multi level impacts and risk mitigation strategies. Top-level metrics will address readiness, ARFORGEN, Army transformation, and enterprise level health. Installation drill down metrics will address financials, readiness, manpower, operations in relation to cost center impacts on Net Operating Result (NOR) and manpower. The contractor shall provide the analytical and technical support to establish a fact based baseline, assess the current operational situation, path forward, and approach. The contractor shall provide the analytical and technical support to conduct deep dive analysis, quantify strategic drivers, and develop a strategic framework. The contractor shall provide the analytical and technical support to synthesize, validate, and codify expanded/or revise integrated ammunition logistics strategy to include implementation roadmap and a list of recommended lean and six sigma projects and recommended improvement initiatives. The contractor shall provide analytical and technical expertise as directed in the development and refinement of one-time or reoccurring reports/analyses/taskings required internally to the JMC ammunition logistics enterprise, or by higher echelons, to support the planning, development, or execution of the JMC ammunition logistics enterprise program/plan. The contractor shall evaluate the JMC Logistics Enterprise to identify potential enhancements. Identified enhancements will be qualified and/or quantified in terms of cost, schedule, and quality. The Government will evaluate proposed enhancements and direct their implementation. The contractor shall provide two follow-on independent assessments of JMC implementation of the strategic framework at a six-month and twelve month intervals after JMC receives the final deliverable product. A monthly progress report detailing accomplishments and expenditures at the completion of each month shall be submitted. The aforementioned tasks and submittals will be accomplished with the help of Government Furnished Data and Equipment as needed to compete the tasks. May require travel to various Continental United State s (CONUS) based sites. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested offerors provide a capability statement, NTE ten (10) pages that detail their previous work experience in the areas of expertise and any specialized systems experience with the computer programs listed above. Work performed within 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-include 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 excluded 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 program agreement, which does permit large business participation in the Joint Venture. INFORMATION: 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 constitute 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 announcement 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 ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses to this announcement must be received by COB 14 July 2010-. Interested parties shall contact the government POC for additional questions. POC: Kathleen Ward, Contract Specialist, email: kathleen.ward@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7571bdfaa041f5e175584a4c20de0e04)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02191758-W 20100701/100629235248-7571bdfaa041f5e175584a4c20de0e04 (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.