Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
MODIFICATION

R -- Sources Sought: US Army CECOM ESA Directorate's Army G-4 Logistics Process and Analytical Support

Notice Date
1/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-13-R-A001
 
Response Due
1/24/2013
 
Archive Date
3/18/2013
 
Point of Contact
Shahaadah, 703-704-0833
 
E-Mail Address
ACC-APG - Washington
(shahaadah.c.nalls.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army CECOM ESA Directorate's Army G-4 Logistics Process and Analytical Support requirement is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Responders to this Sources Sought/RFI are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. The G-4 requires broad-based research and analytic support that will provide a sound basis for current requirements and future concepts for conducting Army logistics within an ever-changing environment (e.g. linking research to practical application, determining logistics capabilities, and attaining the most effective mix in public/private solutions). The contractor must demonstrate a comprehensive knowledge of the Army logistics enterprise, a high degree of technical competence with regard to Army supply chain operations, services, and policy. Respondents must demonstrate: experience with and knowledge of senior logistics staffs in the Department of the Army, Joint Chiefs of Staff, and the Army Commands. Experience in logistics strategic planning; adaptive planning; force structure management and integration experience. Experience in conducting Army policy assessment, development, and implementation. Extensive knowledge and detailed familiarity with the history, development, and execution of ARFORGEN. Experience with G-4 LIN management, equipment life cycle management and Army Property Accountability Strategy. Demonstrated experience in managing large contracts/programs. Personnel Credentials, Experience, & Qualifications to satisfy the requirement. The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition strategy for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. The North American Industry Classification Systems (NAICS) code is set as 541990 with a size standard of $14M in average annual receipts. Responders should identify up to three relevant contracts and describe specific scientific, technical, professional, and engineering expertise provided under NAICS code 541990 R All Other Professional, Scientific, and Technical Services. SECURITY: The contractor will be required to have a SECRET facility clearance with no safeguarding capability. Most work under this PWS shall not require the Contractor to have access to classified material(s) or information. However, as the potential exists for classified work, all Contractor employees shall be required to possess the appropriate security clearances. All classified material and information shall be handled and stored in accordance with the applicable Government regulations. National Agency Check (NAC) personal security investigations are required for all functional users (civilian, military, and contractors). The contractor will require access to FOUO information. The contractor will also require access to Security/Program Classification Guide(s) (SCG) and the SIPRNET. The Government has unlimited rights to all documentation produced under this contract. The Government seeks companies with key competencies to meet the following requirements: Task 1: The contractor shall provide analytical and technical support to develop an integrated and synchronized Army logistics strategy and governance of its execution. The contractor shall demonstrate high technical competence in the areas of strategy, Army Campaign Plan governance, force integration analysis, the Total Army Analysis process, logistics concepts and capabilities, Joint Interagency Intergovernmental and Multinational (JIIM) engagements, and enterprise performance metrics. The contractor shall assist in preparing senior Government leaders for participation in decision forums. Task 2: The contractor must demonstrate knowledge of the Total Army Analysis (TAA), logistics planning factors and be able to perform high-level analyses. The contractor must have in depth knowledge of the TAA process, Rules of Allocation, (ROA) Force Design Updates, (FDUs) Tables of Distribution and Allowances, (TDAs) Tables of Organization and Equipment, (TO&Es), Manpower Requirements Criteria (MARCs) and Basis of Issue Plans (BOIPs) Logistics Planning Factors and Assumptions and Equipment Usage Profiles (EUPs) for Sustainment Force Structure. The contractor shall provide professional and technical services in support of Army G-4's force structure initiatives. Task 3: The contractor shall provide recommendations and analysis for the integration, coordination, and evaluation of logistics concepts, capabilities and doctrine across HQDA and within Joint, Multinational, and Army forums in order to ensure responsive, effective and efficient logistics in all Army endeavors. The contractor shall provide professional and technical services in support of Army G-4's Army logistics capabilities, concepts and doctrine across the Joint Staff, Services, Combatant Commands and Multinational Partners. Task 4: The contractor shall provide analytical and technical support to assist the Army in determining the Army-wide readiness conditions and trends, developing solutions, and initiating /directing actions to correct readiness deficiencies. The contractor must demonstrate proficiency in Readiness, Reporting and Analysis; current operations; Logistics Execution Information System (LEXIS); Logistics Information Warehouse (LIW); Integrated Logistics Analysis Program (ILAP); and the Army Strategic Readiness Update (ASRU), and enterprise performance metrics. The contractor must be willing to train on and learn new systems, determined by fielding timelines. The contractor shall prepare Army leaders for participation in critical decision forums. Task 5: Process, Current Operations Division (G-43): The contractor shall provide the G-4's support to all phases of the Operational Needs Statement process by documenting the urgent need for a materiel solution that will correct a deficiency or improve a capability that impacts the Army's mission with trend analysis. Task 6: The contractor shall provide, update and maintain LEXIS which is an automated logistics system that tracks the readiness of units as they progress through the Army Forces Generation (ARFORGEN) cycle; provides total asset visibility for Army readiness units; builds and tracks custom task-organized units; analyzes units against MTOE (Future/Historic); automates strategic management system drill-down data for performance metrics; and leverages data querying and integration expertise and provides a hardware platform for large-scale data processing. Task 7: The contractor shall provide the Army DCS, G-4 with the tactical and technical expertise needed to ensure strategic and operational control of Army Prepositioned Stock (APS) to enable full spectrum operations worldwide. Task 8: The contractor shall provide the Army Deputy Chief of Staff (DCS), G-4 with the tactical and technical expertise needed to ensure strategic and operational control of aviation assets, critical to aviation sustainment and readiness, to enable full spectrum aviation operations worldwide. Task 9: The contractor shall provide support for indentifying, tracking, monitoring and providing coordination for G-4 Readiness, Reporting and Analysis related requirements. Task 10: The contractor shall provide analytical and program expertise to enable the G-4 to meet its oversight and policy responsibilities for property accountability, equipment on hand management, major end item management and supply chain management responsibilities.. The contractor must possess the knowledge, skills, and experience in all aspects of property accountability, retrograde and redistribution processes, equipment on hand readiness, line item number (LIN) management and secondary and major end item supply operations management. Task 11: The contractor shall provide analytical support to evaluate the performance of the Army's retrograde and redistribution. Task 12: The contractor shall support the G-4 oversight for the equipment on hand readiness of the non-G-8 managed LINs in operational and institutional units and activities. The contractor will develop recommendations: to improve the accuracy of basis of issue plans, MTOEs and TDAs, update LIN type classification status and for the Program Objective Memorandum and budget requests needed to improve the Army's equipment on hand readiness IAW the Army's equipping strategy and ARFORGEN program. Task 13:. The Contractor shall provide professional and technical services in support of Army G-4's logistics automation processes and policies. Task 14: The G-4 requires assistance with Battle Command synchronization, Combat Service Support Communications Synchronization; Military Utility Assessments of Logistics IT requirements; Capability-based assessments of Logistics information systems; Interoperability and Certification Support; Incident Response; IT Change Management; and Logistics IT Process Improvement, Lean Six Sigma Black Belt support. Task 15: The contractor shall provide analytic and technical support to assist the Army G-4 through the Resource Operations Division to effectively compete for, distribute, and monitor the execution of monetary resources to support G-4 missions and equities from the Enterprise, Strategic, and Tactical perspectives. The contractor must demonstrate high technical competence in the areas of the Planning, Programming, Budgeting and Execution System, the Strategic Planning Document Process including the Army Campaign Plan, force integration analysis, logistics concepts and capabilities, and enterprise performance metrics. The contractor shall develop, oversee, and execute a comprehensive process for management of and response to external and internal audits. The contractor shall assist in preparing senior leaders for participation in decision forums. Task 16: The contractor shall proactively create, manage, and execute the process for interaction of the G-4 with external and internal auditing agencies. The contractor shall insure that the process design and then execution of that process identifies audit requirements, supports the actions of the auditors, assigns appropriate organizations to support the audits, tracks progress and insures timely compliance with suspenses, assesses and responds to audit results and takes prompt, responsive, and effective corrective actions on agreed-to auditor recommendations and, if reported, potential monetary benefits. Further, the Contractor shall receive audit announcements, coordination requests, audit reports, and other audit related requests pertaining to the Army G-4 and must distribute reports or other audit related requests to appropriate offices for action or comment. Task 17: The mission of the Logistics Initiatives Group is to provide dedicated and responsive staff support to develop the foundation of the DCS, G-4 strategic vision. The contractor shall provide professional and responsive analytic support to develop strategic messages, publications and presentation materials for the DCS, G-4 specifically and other G-4 senior leaders in general. The contractor shall research, coordinate and prepare remarks for speaking engagements directly for the DCS, G-4 and G-4 Senior leadership. The contractor shall support the coordination and execution of various opportunities to integrate and exchange strategic information to internal and external audiences. Task 18: The DCS, G-4 uses select written and oral communication to convey strategic concepts, disseminate messages, and advocate positions. Speaking engagements are an integral part of the DCS, G-4's responsibilities as a senior Army leader. The LIG will identify select publications or other multimedia efforts for communication engagement opportunities. The LIG will provide written products and materials that conform to standards of objectivity, style and presentation. Task 19: The G-4 LIG requires management administrative and logistics support to conduct operations. The goal is the integration and synchronization of the logistics vision through coordination with internal and external staffs and organizations. The contractor shall provide logistics and administrative support to prepare DCS, G-4 personnel for presentations supporting Army leadership forums, G-4 senior leader engagements, hearings, testimony, and briefing Members of Congress (MOCs) or their staffs. Task 20: The Strategic Mobility Division of the Directorate for Force Projection and Distribution pursues strategic mobility enablers, in conjunction with DoD and Joint Service efforts, to ensure efficient strategic lift capability to support the Army's deployment goals. The Division provides general staff supervision over the Army Power Projection Platform (AP3) and ensures total fort to foxhole power projection capabilities of Army forces. The contractor shall provide analytical and technical support to achieve the force projection and distribution policy of the Army G-4. The contractor shall provide consulting services, perform analyses, and provide advice relating to a wide range of Army force projection issues. The contractor shall provide continuity to the G-4, through relevant analysis, to enable the Army to meet its strategic mobility requirements. The contractor must possess a broad range of knowledge, skills, and experience in all aspects of strategic mobility and be able to perform high-level analyses. Task 21: The Contractor shall provide professional and technical services in support of Army G-4's maintenance and sustainment processes and policies. Utilizing your understanding of the tasks above, your capabilities statement should address the following: 1. Describe your experience in conducting Logistics Information Warehouse (LIW), Army Equipping Enterprise System (AE2S), GCSS-A, Fleet Management System (FMS-WEB) data retrievals to develop sustainment trend analyses, or similar work. 2. Describe your technical ability to analyze major end item life cycle issues from initial fielding thru divestiture. This includes describing your familiarization with the various polices and systems to review requirements, on hand, distribution, type classification changes, and identify and recommend solutions to improve major end item readiness. 3. Describe any prior experience with develop policies, regulations and procedures that will be total, or major portions of regulatory or instructional documents such as DOD Directives, Letters of Instruction, Manuals, Technical Bulletins, Interim Operating Instructions, Army Regulations or Pamphlets which direct or guide implementation of Army supply policies and procedures at both retail and wholesale levels. Include description of how pertinent regulations and pamphlets will be continuously updated to reflect latest guidance and legislative intent as they pertain to Property Accountability. 4. Describe your expertise in both the regulatory policy and the Property Book Unit Supply Enhanced PBUSE system procedures that Property Book Officers must perform for request, receipt and issue processes for non-expendable and durable items. This includes describing your knowledge and familiarization of management reports in PBUSE and LIW and knowledge of Army supply chain policy and processes. 5. Explain your technical ability to analyze logistical retrograde reports. This includes a full familiarization with data elements from all logistics information systems of record and business intelligence tools. Describe your ability to assess retrograde performance against existing supply chain metrics to identify and recommend solutions for policy, processes and information gaps. 6. Explain the processes you would use to provide the Army trend analysis for current operations and predictive readiness leveraging models, tools and analytical work. 7. What analytical approach, data, and supporting knowledge management tools would you use to validate requirements competing for resources in the PPBE process? The Government requests that interested offerors submit an electronic response of not more than twenty (20) pages, 8.5 quote mark x 11 quote mark paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. They should also identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541990. Responses should also include the company name, CAGE code, point of contact, and address. All information received in response to this Sources Sought Synopsis that is marked quote mark Proprietary quote mark will be handled accordingly. Responses will not be returned nor will receipt be confirmed. Provide answers to the following questions (No more than 3 pages)(Not included in the above 20 page limit). 1.If you identify your company as a Small Business or any of the SB subcategories then is your company interested in a prime contract? 2.Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541990? 3.Does your company possess the capabilities to provide the entire range of services called for in tasks 1-21? ______ YES _______ NO 4. If you answered YES to Question # 3, please provide specific capabilities and examples for how your company can provide these services. 5.If you answered NO to Question # 3, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 6.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7.If you are a small business how do you select your partners and/or subcontractors? Responses are due no later than 24 January 2013 at 1 PM ET. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Submit responses electronically to Ms. Shahaadah Nalls, Contract Specialist at Shahaadah.c.nalls.civ@mail.mil and Ms. Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@mail.mil by no later than 1 PM Eastern Time on Thursday 24 January 2013. All requests for further information must be made in writing or via email; telephonic or facsimile requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7243760ce5bb1574a1c4da49c166d9d)
 
Place of Performance
Address: Headquarters, Department of the Army, Office of the Deputy Chief of Staff, G-4, 500 Army Pentagon, Washington, D.C. 20310-0500.
Zip Code: 20310-0500
 
Record
SN02967875-W 20130119/130117234718-c7243760ce5bb1574a1c4da49c166d9d (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.