SOURCES SOUGHT
R -- SOF AT&L Business Process Improvement Analysis
- Notice Date
- 1/6/2020 9:36:37 AM
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- HQ USSOCOM TAMPA FL 33621 USA
- ZIP Code
- 33621
- Solicitation Number
- SOFATL-2020-BPIA
- Response Due
- 1/21/2020 7:00:00 AM
- Archive Date
- 02/05/2020
- Point of Contact
- Ashley Farrier, Phone: 8138267335
- E-Mail Address
-
ashley.farrier@socom.mil
(ashley.farrier@socom.mil)
- Description
- THIS IS A SOURCES SOUGHT RFI ONLY.� A SOLICITATION IS NOT AVAILABLE AT THIS TIME.� REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.�� This Request for Information (RFI) is for Market Research purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services.� In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� No contract awards will be made from this notice and no solicitation is available at this time.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information.� The intent of this Request for Information (RFI) is to gain knowledge of potential qualified sources and to explore industry capabilities for a USSOCOM Special Operations Forces Acquisition Technology and Logistics (SOF AT&L) business process analysis effort. �Responses to this RFI are for informational purposes only and may be used by the United States Special Operations Command (USSOCOM) in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. ��The North American Industrial Classification System (NAICS) code anticipated for this potential future acquisition is NAICS 541614 (Process, Physical Distribution, and Logistics Consulting Services �Professional, Scientific, and Technical Services� Sector). USSOCOM and SOF AT&L Overview USSOCOM is comprised of a headquarters, four Components (U.S. Army Special Operations Command (USASOC); Naval Special Warfare Command (NAVSPECWARCOM); Air Force Special Operations Command (AFSOC) and Marine Corps Special Operations Command (MARSOC)), a sub-unified command (Joint Special Operations Command (JSOC)), and Theater Special Operations Commands (TSOCs).� The TSOCs are: Special Operations Command South (SOCSOUTH), Homestead Air Force Base, FL Special Operations Command Africa (SOCAFRICA), Stuttgart, Germany Special Operations Command Europe (SOCEUR), Stuttgart, Germany Special Operations Command Central (SOCCENT), MacDill Air Force Base, FL Special Operations Command Pacific (SOCPAC), Camp Smith, HI Special Operations Command Korea (SOCKOR), Yongsang, Korea Special Operations Command U.S. Northern Command (SOCNORTH), Peterson Air Force Base, CO. The USSOCOM is responsible for organizing, training, and equipping all Special Operations Forces. Established in 1991, the Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L) Center, located in Tampa, FL, is responsible for all USSOCOM research, development, acquisition, procurement, and logistics. SOF AT&L works closely with government, academia, and industry in meeting its mission to provide rapid and focused acquisition, technology, and logistics support to Warfighters, delivering the most effective capabilities to our Special Operations Forces. Additional Organizational and Mission information may be found at: 2019 USSOCOM Fact Book: https://www.socom.mil/FactBook/2019%20Fact%20Book.pdf SOF AT&L Homepage:� https://www.socom.mil/SOF-ATL/ USSOCOM is attempting to identify potential sources that can provide process analysis, mapping, and visualization of SOF AT&L procurement and financial management business processes and practices, conduct Analysis of Alternatives, risk assessments, and deliver recommendations for improvement where efficiencies can be realized. USSOCOM is requesting that industry submit a 5-page (maximum) technical document which will demonstrate the vendor�s ability to accomplish the study. �Each submission should address the following five key areas: (1) Executive summary, (2) Description of proposed study methodology, (3) Experience conducting process studies and visualization within DoD, in particular any relevant experience conducting like studies in AT&L, (4) Estimated Schedule, and (5) Rough Order of Magnitude (ROM) cost.� Additionally, all Submissions should include: �(6) Vendors company name and address, �(7) Point of contact, �(8) CAGE code, and �(9) Socio-Economic status under NAICS 541614. All proposed submissions shall include clear, factual documentation demonstrating their ability to conduct this study. Interested parties should demonstrate a clear understanding of defense acquisition and history of business process analysis and visualization.� Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. The scope of this effort shall include and address the business processes for acquisition, and financial management within SOF AT&L. �In general this encompasses business processes within and across the following work centers: Program Executive Offices (C4, RW, FW, SRSE, S&T, M)� Special Operations Financial Management (SOFM) Comptroller Contracting (K) The focus of this support shall encompass, but not be limited to the following areas: Conduct information gathering sessions to create an initial draft of the Visualization Diagram of the SOF AT&L business processes within industry standards. Survey key functional areas including the draft Visualization Diagram and update the diagram with key process inputs, process chains, and process outputs. Conduct initial management review to validate the draft visualization diagram for accuracy. Identify process and business practices for improvement. Execute Analysis of Alternatives to include feasibility of process change, interoperability of functional areas, trade-off, and risk assessments. Visualization of SOF AT&L business processes and practices as is, and recommended. Travel to USSOCOM, SOF AT&L MacDill AFB, Tampa FL, for task kickoff, requirements definition, analysis, and presentation of the final report would be required.� Travel to USSOCOM subordinate command sites for analysis is not required. All replies must be provided to the Government no later than 1000 AM EST on 21 January 2019.� All inquiries and responses concerning this action shall be sent in writing via email to ashley.farrier@socom.mil with the �SOFATL-2020-BPIA� in the subject. Senders are responsible for ensuring the complete transmission and timely receipt.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7fd2a17120404cfbb0cffcafe20123c0/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN05527583-F 20200108/200106230130 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |