Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOURCES SOUGHT

R -- Sources Sought for Provisionary Services.

Notice Date
5/16/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
MARKET-SURVEY-17-108347
 
Archive Date
6/27/2017
 
Point of Contact
Chere V. Woodman, , Idia Osaghae,
 
E-Mail Address
chere.v.woodman.civ@mail.mil, idia.i.osaghae.civ@mail.mil
(chere.v.woodman.civ@mail.mil, idia.i.osaghae.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or 541541administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if a RFP is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement. Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to: a. Determine what sources exist that are capable of satisfying the Government's requirements listed below, b. Determine the capabilities of potential sources, c. Determine the size and status of potential sources, and d. Determine the level of competition (i.e. 8(a), set-aside or full and open). The US Army Communication - Electronics Command Integrated Logistics Support Center (CECOM ILSC) is seeking information regarding technical provisionary capabilities. Section I: Requested provisionary knowledge: a. Use of Logistics Modernization Program (LMP) - equivalent to a SAP ERP system - to build a Provisioning Parts List (PPL) to a Provisioning Bill of Material (PBOM). b. Understanding how to use LMP to sustain and update your PBOM using different transactions. c. Validates and ensures that system configurations, identified by the Bill of Materials (BOM), align with maintenance concepts. d. Provides guidance for developing Statements of Work (SOW), Contract Data Requirements Lists (CDRL) for Provisioning {Screening, PPL, Design Change Notice (DCN), Engineering Data for Provisioning (EDFP), Repair Parts and Special Tools (RPSTL)} e. Provides technical guidance for the development and coordination of Provisioning Program Plans, identifying total interface of provisioning planning; scheduling and loading and maintaining the Provisioning Parts List (PPL), Cataloging Provisioning System, and relevant sectors of the Material Master. f. Understand and verify a PPL using the technical data package (TDP) for a top down break down approach. Ability to interpret technical drawings. g. Full understanding of requirements associated with the Data Call, Guidance Conference, In Process Reviews (IPRs)/Provisioning Conference. h. Understanding what Materials will need a National Stock Number (NSN) and how to obtain the different types (Supply Support Request (SSRs), Command Managed) i. Understanding a Provisioning Parts List (PPL) and all the data elements. How and why these data elements are needed and what processed downstream in our system do they affect. j. Provide an understanding for the collaboration of other services (JLCs 17, 19s, 47s, DD1685). k. Provide a knowledge how once Engineering Change Proposals (ECPs) are approved how they affect the Provisioning Process. l. Being able to understand the Maintenance Allocation Chart (MAC) and how that works to building the Provisioning Parts List (PPL). m. Understanding and being able to know the Source, Maintenance and Recoverability Codes (SMR). n. Understand the coding required to obtain a new National Stock Number (NSN) to include the Reference Number Category Codes (RNCC) and Reference Number Variation Codes (RNVC). o. Being able to utilize Webflis or Haystack to research NSNs and items. Section II Potential respondents should be familiar with the following: a. SAE-GEIA-STD-0007B b. SAE-GEIA-HB-0007B c. DLA/DLIS (DLA Logistic Informational Services) d. FLIS Manuals e. PPL (Provisioning Parts List) f. PBOMs (Provisioning Bill of Materials) g. RPSTL (Repair Parts and Special Tools) h. DCNs (Design Change Notice) i. ECPs (Engineering Change Proposals) j. EDFP (Engineering Data for Provisioning) k. MAC (Maintenance Allocation Chart) l. SMR (Source, Maintenance and Recoverability Codes) m. AR-700-18 Provisioning of US Army Equipment n. AR 700-82 Joint Services SMR Codes o. AR 700-1 Logistics Management Data and cataloging procedures for Army supplies and Equipment Interested parties, who consider their firms qualified to perform the above listed services, are requested to submit responses to this RFI in the form of a Capability Statement. Capability Statements are due no later than 1600 ET 12 June 2017. Responses (see format below) shall be submitted via email ONLY to Idia Osaghae, Contracting Officer, at idia.i.osaghae.civ@mail.mil, and Chere Woodman, Contract Specialist, at chere.v.woodman.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Format: Capability Statements are limited to a total of ten (10) pages, 8 ½ x 11 with one (1) inch margins, single sided, single spaced, size 12 font, Times new Roman. All submittals must be submitted as:.doc or.docx and/or.pdf files. Responses shall clearly identify: a. Company Name, Address, Point of Contact, phone number, email address; b. Size Standard under NAICS code 541690, Other Scientific and Technical Consulting Services (size standard is $15 Million); c. Identify all applicable classifications for your organization, such as: i. Small Business ii. Woman-owned business iii. 8(a) business iv. Large business v. Small disadvantaged business vi. HUBZone business vii. SDVOB business viii. Non-profit d. Description of technical capabilities and relevant experience to perform the work described in Section I of this document; e. Synopsis of experience and expertise of potential staff; f. Relevant projects completed related to the anticipated objectives of the provisionary skills and systems (located in Sections I and II) with information on the client, scope, and products; and Questions regarding this announcement shall be submitted in writing via email to Chere Woodman, Contract Specialist at chere.v.woodman.civ@mail.mil, and Idia Osaghae, Contracting Officer at idia.i.osaghae.civ@mail.mil no later than 1600 ET 23 MAY 2017. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FedBizOpps website by 31 MAY 2017; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 23 May 2017 will be answered. NOTE: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the above technical provisionary service support. The information provided in the RFI is subject to change and is not binding on the Government. The Army 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/notices/7bb9a7d33e622ceaf658e3b6a62fb10a)
 
Record
SN04510977-W 20170518/170516235128-7bb9a7d33e622ceaf658e3b6a62fb10a (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.