SOURCES SOUGHT
R -- United States Coast Guard Force Movement and Deployment Process Improvement Support
- Notice Date
- 8/24/2010
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-10-I-23-01
- Archive Date
- 9/30/2010
- Point of Contact
- Mark Hoyland,
- E-Mail Address
-
HQS-PF-fldr-CG-9124@uscg.mil
(HQS-PF-fldr-CG-9124@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to provide technical assistance to the United States Coast Guard (USCG), Deployment Operations Group, Logistics Branch. The USCG is requesting responses from all concerns. The qualifying code for this effort is NAICS 541614. The objectives of this requirement are to provide logistics analysis and technical support to the USCG's efforts to improve logistics mobility for units deploying in support of organic missions, as well as Joint operations (i.e., DHS, DOD, and other operational Commands) in support of Combatant Commander (COCOM) areas of responsibility. Outputs of this support effort will enhance unit deployment efficiency by improving the data integrity of each unit's Transportation Coordinator's Automated Information for Movement System II (TC-AIMS II) and Joint Operational Planning and Execution System (JOPES) records as part of a comprehensive process. Key performance attributes include a disciplined approach to data configuration management, including entry, analysis of parts and products, national data base queries, and anomaly resolution accomplished as a comprehensive quality program. Operational and management requirements demand a comprehensive knowledge of military logistics and mobility mission capabilities; familiarity with air and sealift requirements related to unit equipment integrity and movement efficiency; expert understanding of organic logistics system requirements; and the ability to ensure data management and configuration control. Responses to this RFI shall not exceed eight (8) pages, including cover letter and contact information. Subject response must contain: (1) Capability statement sufficient to demonstrate performance directly related to the stated objectives; (2) Link to the respondent's GSA LOGWORLD or MOBIS Schedule, if applicable, or attached file of same; and (3) Citation of any analogous work (i.e., within the past 2-3 years) to include contract number, point of contact telephone number or e-mail address. Response is due by 3:00 PM, EST on 1 September 2010. Please submit an e-mail response to HQS-PF-fldr-CG-9124@uscg.mil. Ensure that your response provides the following information in the subject line: ‘Company Name' response to RFI No. HSCG23-10-I-23-01. NOTE: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-I-23-01/listing.html)
- Place of Performance
- Address: Contractor's site, United States
- Record
- SN02252477-W 20100826/100824235140-3a72217a3fdbce0d5b5a8e71a1fe785c (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 |