Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
MODIFICATION

R -- Air Mobility Command Supply Chain Analysis

Notice Date
8/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
AMC_SCA
 
Archive Date
9/3/2011
 
Point of Contact
Tricia Keene, Phone: 6182569940, Tiffany L. Rogers, Phone: 6182569962
 
E-Mail Address
tricia.keene@us.af.mil, tiffany.rogers.2@us.af.mil
(tricia.keene@us.af.mil, tiffany.rogers.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Air Mobility Command (AMC) Supply Chain Analysis 1. Introduction The Air Mobility Command is conducting market research to determine qualified, experienced, and interested potential sources. Part of the market research is to publish on FedBizOpps a Request for Information (RFI) seeking market information on businesses capable of providing the services, as described in the tasks below. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that THIS SYNOPSIS/RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool used to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of a request for proposal. The Government is not obligated to and shall not pay for any information received from any sources responding to this synopsis and will not provide any feedback or carry on discussions with non-federal government activities regarding the information you provided in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. 2. Background/Scope AMC requires ongoing technical and analytical support for the unique issues associated with the strategic airlift supply chain. The PWS establishes the following requirements for AMC supply chain management: 2.1 Provide specific analytic support required to identify and resolve supply chain issues impacting Air Mobility Command (AMC). Analyze AMC requirements, develop solutions to ensure a sustained level of support for AMC Strategic Airlift, and help implement any necessary business rules and system changes. 2.2 Adapt RBL to accommodate the specialized requirements of the Forward Supply Locations (FSLs) that support the strategic airlift fleet. Analyze FSL requirements and develop solutions to enhance support for the FSLs. 3. Required Tasks The following paragraphs define the required contractor support: 3.1 Operate the FSS Candidate Determination System. The contractor will operate the programs for FSL candidate determination (Demand and Candidate Program, DaCP). The purpose of the FSL candidate determination is twofold. First, it is to provide a list of stock numbers to the leveling systems-Customer Oriented Leveling Technique (COLT) and Readiness Based Leveling (RBL)-that are determined to be "FSL candidates". Those are the NSNs that will receive the special FSL leveling logic. The second purpose is to provide demand information to the leveling systems so that they can determine what percentages of demands are for the FSS and what are for the host base. 3.1.1 Extract data from the AF Supply Central Database (AFSCDB) based upon agreed-upon logic. Both the number of customer demands and quantity demanded will be collected by C-5, C-17, and any other user. The extracted FSL demand history data will be provided in the established file format. 3.1.2 Use the FSL demand history file to create a Candidate Review File using the DaCP. That review file contains a list of NSNs and demands for AMC review. 3.1.3 Coordinate the review file with users (HQ AMC, 435 SCOS, and Contractor Inventory Control Points (ICPs)) and assist those users in understanding and using the review file. 3.1.4 Process the reviewed results and update the DaCP, making manual changes for errors, problems, and last-minute changes. 3.1.5 Provide demand information to the leveling systems (COLT and RBL) so that they can determine what percentages of demands are for the FSS and what are for the host base. 3.2 Operate COLT FSS Pre-Processor. Contractor will operate the COLT FSS Pre-Processing computation to compute FSS levels using dedicated FSS-logic and to feed these levels into the Primary COLT Model as starting values. 3.3 Review COLT and RBL output. The contractor will review both COLT and RBL output to ensure accuracy of the FSS system. The contractor will provide thorough quarterly reviews/investigations of the computed FSL levels and will assist the AF in resolving any issues/problems. The contractor will provide a written summary of both the COLT and RBL quarterly reviews. 3.4 Maintain the FSS Programs. The contractor will maintain the programs for FSL candidate determination. These include the data extraction programs and the Demand and Candidate Program (DaCP). Changes to selection criteria, including SRANs and Organizations, from the AFSCDB are common and must be accommodated. Programs must be kept up-to-date and operational for regular runs and out-of-cycle runs. Changes to the logic in the data extraction and DaCP will be required. When any changes are requested and approved by AMC and the AF, the contractor will complete and test any updates to the programs 4 weeks prior to the run date of the AF leveling systems. A summary of changes will be provided in the monthly status report. 3.5 Additional studies to enhance the FSL leveling system. The contractor will perform studies in support of the FSLs, including but not limited to, monthly MICAP analyses and yearly FSL category reviews. 3.6 Additional short-term analysis tasks. As required, the contractor will assist with analysis tasks in support of AMC peacetime and wartime requirements/levels and operations. 4. Deliverables and Schedule 4.1 Contractor format is acceptable for all deliverables. Electronic copies of all deliverables shall be sent to AMC/A4RMP by email in Microsoft Office compatible formats. When a deliverable is too large to be sent as an email attachment, it should be sent on a Compact Disc. 4.1.1 Review Period. The Government will have 10 working days to accept each deliverable. Should revisions be requested, the request must be made with the acceptance period, or the deliverable will be deemed acceptable. All comments provided by the Government will be in a single non-conflicting list. The contractor will provide a single revision based on the comments received. 4.1.2 Studies/Software. All products developed for, or resulting from, this contract shall be the property of the US Air Force. 4.2 Description of Deliverables and Frequency 4.2.1 AF Leveling Systems Data Files. The contractor will provide FSL candidate NSNs and demand history information to the AF leveling systems for each quarterly leveling cycle. 4.2.2 Review AF Leveling Systems Output. The contractor will review both COLT and RBL output to ensure accuracy of the FSS system. The contractor will provide thorough quarterly reviews/investigations of the computed FSL levels and will assist the AF in resolving any issues/problems. The contractor will provide a written summary of both the COLT and RBL quarterly reviews. 4.2.3 Additional short-term analysis tasks. The contractor will assist with analysis tasks in support of the FSLs, including but not limited to, monthly MICAP analyses and yearly FSL category reviews, and as required, in support of AMC peacetime and wartime requirements/levels and operations. 4.2.4 Funds and Man-hour Expenditure Report. The contractor shall provide a monthly funds and man-hour expenditure report. The report is due within fifteen (15) working days after the end of the month. 4.2.5 Status Report. The contractor shall provide a MSR of all activities performed in the previous month. The report is due within fifteen (15) working days after the end of each month. 4.3 Service Summary Performance Objective Performance Threshold AF Leveling Systems Data Files Compliant with requirements by required due dates with no more than three minor non-conformances. Review AF Leveling Systems Output Compliant with requirements by required due dates with no more than three minor non-conformances. Additional short-term analysis tasks Compliant with requirements by required due dates with no more than three minor non-conformances. Monthly funds and man-hour expenditure report 100% compliance by fifteen (15) working days after the end of the month. Monthly Task Status Report 100% compliance by fifteen (15) working days after the end of the month. 5. Requested Information Information requested: 1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 2. Company information (include CAGE Code and DUNS) 3. Anticipated Teaming Arrangements (if applicable) 4. Typical Contract terms and conditions for this type of work 5. Identify Major Risks: general information to identify any major risks anticipated and/or associated with this type of effort 6. White Paper describing the company or academia's material solution 7. Performance Information in terms of contract references (similar to this requirement) to include the following: a. Contract number b. Contract type c. Total contract value d. Performance as a prime or subcontractor e. Brief description of the effort f. Period of performance g. North American Industry Classification System (NAICS) code h. Small Business Size Standard (if applicable) 8. Optional - provide recommendation for alternate NAICS code, if the one provided is too restrictive or not restrictive enough as to business size and industry category 9. Optional - Non-binding Rough Order of Magnitude (ROM) 6. Responses Responses shall be written using Microsoft Word and limited to 30 pages; e-mail to Ms. Tricia Keene, Contract Specialist, tricia.keene@us.af.mil AND Ms. Tiffany Rogers, Contracting Officer, tiffany.rogers.2@us.af.mil. 7. Industry Discussions Air Force representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 8. Questions Questions regarding this notice shall be submitted in writing by e-mail to Ms. Tricia Keene, Contract Specialist, tricia.keene@us.af.mil AND Ms. Tiffany Rogers, Contracting Officer, tiffany.rogers.2@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers as an attachment entitled Questions and Answers to this notice; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after August 12, 2011 12:00 PM CDT will be answered. 9. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide AMC SUPPLY CHAIN ANALYSIS. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AMC_SCA/listing.html)
 
Place of Performance
Address: Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN02525108-W 20110810/110808234903-a71b4a911723c16428c83a5c0ac95500 (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.