Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

R -- SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION (RFI) FOR U.S. Army Logistics Modernization Program (LMP) Total Asset Visibility-Contractor locations (TAV-C) Stock, Store, Issue (SSI) Interface and Input Overview - ACC-RI_TAV-C_2018a Attachment 1 - ACC-RI_TAV-C_2018a Attachment 2

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
ACC-RI_TAV-C_2018a
 
Archive Date
5/4/2018
 
Point of Contact
Heidi Schultz, Phone: (309) 782-5404, Lisa M. Digney, Phone: (309) 782-4946
 
E-Mail Address
heidi.a.schultz.civ@mail.mil, lisa.m.digney.civ@mail.mil
(heidi.a.schultz.civ@mail.mil, lisa.m.digney.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
ACC-RI_TAV-C_2018a Attachment 2 ACC-RI_TAV-C_2018a Attachment 1 ***This notice is identical to notice ACC-RI_TAV-C_2018 under NAICS Code 541519 except for suspense date of responses.*** SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION (RFI) FOR U.S. Army Logistics Modernization Program (LMP) Total Asset Visibility-Contractor locations (TAV-C) Stock, Store, Issue (SSI) Interface and Input Overview The U.S. Army Contracting Command - Rock Island (ACC-RI), on behalf of the Army Materiel Command (AMC) and the Product Management (PdM) Office for LMP, is publishing this Sources Sought notice and Request For Information to seek industry interest and capability to assist the Government by providing input to forthcoming changes to the LMP Enterprise Resource Planning (ERP). I. Background: The LMP enables AMC to plan for logistics and budget requirements, order, buy, make, repair, and remanufacture The LMP also enables the AMC to receive, store, distribute, and manage material, Army Working Capital Fund (AWCF) funding, and resources. LMP is used worldwide 24x7 and uses SAP's ERP solution. The LMP supports National Level Logistics and Financial Operations including, but not limited to, Depots, Arsenals, Suppliers, Original Equipment Manufacturers, and Item Managers. Currently, the Army's inventory processes in LMP with regard to contractor-held inventory rely heavily on manual processes executed between the Army and Army contractors. These current processes do not support the tenets of Army auditability without requiring extensive manual intervention. Additionally, information on Army inventory is not required to be provided in a common format. AMC, in concert with PdM LMP, is deploying TAV-C capabilities within the LMP enterprise solution to address this issue and establish an auditable process for accountability. This TAV-C initiative consists of two main components (1) Contractor Warehouse Management (SSI) and (2) Government Furnished Material (GFM) / Government Furnished Equipment (GFE) / Government Furnished Property (GFP). II. TAV-C Scope: The LMP TAV-C SSI will provide a standard, system approach for contractors that essentially operate as a warehouse for the Army to interface or input their transactions in a standard format to LMP. Contractors will act as custodians of Army-owned inventory and will perform SSI functions at the direction of the Army. The Army will direct the high-level movements of its material stored at contractor locations, while contractors will confirm the execution of those required actions (e.g. goods issue of material against Maintenance, Repair, and Overhaul (MRO) or goods receipt of material against a due in). Contractors will perform physical procedures within their location related to the required actions and send corresponding inventory movements/adjustments to the Army via their existing Defense Logistics Management System (DLMS) interface exchange model. Two alternatives are being considered to execute such operations as part of the overall TAV-C design and functionality: interfacing with LMP and a portal. III. TAV-C SSI: A. Interface: Specific requirements will be focused around supply business processes related to Inventory Management, such as receipts, issues, and transfers. All contractor locations (specific to the SSI of Army material) currently are or will be set up in the LMP acting as Supply Management Activity (SMA) inventory management plants. Detailed warehouse functions (e.g. bin-level storage transactions) will remain the responsibility of the contractor (and their 3rd party warehousing systems) and will not be reflected in LMP. LMP and the contractor systems will exchange all DLMS transactions (related to receipts, transfers, inventory management, and shipping) that are part of the current LMP process. Examples of these DLMS messages are : Due Ins (DU_, DW_), Receipts (D4_, D6_), Inventory Adjustments: Gains/ Losses (D8 / D9), Condition code / Ownership Purpose Code Changes (DAC/DAD), MRO (A5_), Shipment Confirmations (AR_), Denials (A6_), Follow Ups, Cancellation (AF6, AC6) Responses to follow ups and cancellations (AE_, AU_, AG_) and Inventory Reconciliation (DZK, DZH). Contractor systems will be able to generate DLMS messages with all required data elements, such as project codes, ownership purpose codes, owner Routing Identification Code (RIC), etc. as required by DLMS standards. Contractor systems should be able to send serialization data through DLMS messages as required by DoD-approved regulations. This SSI interface approach is more applicable to large contractors that have the ability to communicate today through DoD standard DLMS messaging formats. The contractor systems will integrate with LMP through Defense Logistics Agency (DLA) transactional services (DLATS) and Defense Automatic Addressing Systems Center (DAASC). For contractors interested in assisting with the interface capability, the following high level requirements are anticipated to result from the interface built as part of the TAV-C capability: See Table 1 in Attachment 1. B. SSI Portal: The SSI Portal approach is more applicable to small to mid-size contractors that do not have the ability to communicate today through DoD standard DLMS messaging formats. The contractor systems will integrate with LMP through a newly developed Internet-accessible portal to be accessed directly by contractors to enter their warehouse management data. The web-based portal will be used for exchange of all Logistics transactions (related to inventory management) that are part of the current LMP process. Examples of these logistics transactions are: Due Ins, Receipts, Inventory Adjustments : Gains/ Losses, Condition Code / Ownership Purpose Code / Project Code Changes, Deliveries, Shipment Confirmations, Denials, Cancellation & Responses, Physical Inventory. Contractors will need to be able to enter all required data elements, such as project codes, ownership purpose codes, owner Routing Identification Code (RIC), etc. as required by LMP. Contractors will need to be able to enter serialization data through the Portal application as required by DoD-approved regulations. For contractors interested in assisting with the SSI portal capability, the following high level requirements are anticipated to result from the portal built as part of the TAV-C capability: See Table 2 in Attachment 1. IV. GFE/M/P: A. Portal Requirements: The SSI Portal approach will also be utilized for a few GFE/M/P processes that overlap. This approach will focus on small to mid-size contractors performing repair of equipment using material provided by the Army who do not have the ability to communicate today through DoD standard DLMS messaging formats. For processing of these GFE/M/P requirements, they will utilize the SSI Internet based Portal application. These contractors are considered vendors in LMP and not set up as SMA plants in LMP. Contractors will be required to post Material receipt acknowledgement (DRA) for GFE and GFM issued to them upon receipt of the items shipped to their facility. Contractors will be required to post timely consumption (BZE) of the GFM provided as it is consumed in the repair or manufacturing process. Contractors will need to be able to enter all required data elements, such as project codes, ownership purpose codes, owner Routing Identification Code (RIC), etc. as required by LMP. Contractors will need to be able to enter serialization data through the Portal application as required by DoD-approved regulations. For contractors interested in assisting with the GFE/M/P portal capability, the following high level requirements are anticipated to result from the portal built as part of the TAV-C capability: See Table 3 in Attachment 1. V. Information Requested: For this Sources Sought/RFI, the Government seeks information from contractors currently managing contractor-held inventory on behalf of AMC. The Government is interested in contractors' interest and capability to provide input into the design, development, and testing of the TAV-C requirement related to both the interface and portal approaches. Participation is envisioned between April 2018-August 2019 in the following areas: -furnishing, via contractor implementation of the interface or direct input through the portal, of contractor data on AMC contractor-held inventory into the TAV-C; -providing input and expertise into the design, development, and testing of the TAV-C, utilizing the contractor's understanding of AMC's materiel management systems and processes; and -providing input and expertise to the TAV-C implementation strategy across the material enterprise. Actual software or system design, development, and testing is not identified as part of this Sources Sought/RFI. The Government seeks information regarding your experience and capabilities related to AMC material management as well as current and projected contractor-held inventory. In order to respond to this Sources Sought/RFI, please provide complete information as described below. Information that is incomplete and/or marketing information will not be considered an adequate response. • Company Name • Point of Contact • Address • Phone Number • Business Type (e.g., Large Business, Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business) and primary NAICS code(s) • Contract or Other Transactional Authority vehicle your company has been awarded related to the scope of participation described above. • For each contract you wish to include for consideration, provide the following information: o Army Customer, e.g. AMC Major Subordinate Command o Project Name o Project Description o Contract Number o Contract Period of Performance (for base and options) o Approximate value of AMC contractor-held inventory throughout the life of the contract o General description of the types and quantities of AMC contractor-held inventory • A brief description of your experience, knowledge, and understanding of the AMC inventory processes and system management • A brief description of systems currently being used as well as any applicable standard industry data sets. • Any additional information necessary to understand your submission. Limit responses to a total page limit of ten (10) pages. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Please submit your responses electronically by 10:00am, Central Time, April 19, 2018 to the Contract Specialist, Heidi Schultz, at heidi.a.schultz.civ@mail.mil in a Microsoft Word compatible file. If the Government has additional questions or a need for information following the evaluation of your response you may be contacted and asked to provide that information. This announcement is being issued for information, planning purposes, and to assist the Government in development of an acquisition strategy. This sources sought/RFI does not constitute a solicitation and proposals are not requested. The Government does not intend to reimburse costs associated with preparation of responses. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned nor will the Government confirm receipt. A full notice including tables is in Attachment 2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2cc63ca4112afc460342396a623e518)
 
Record
SN04880631-W 20180407/180405231858-f2cc63ca4112afc460342396a623e518 (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.