Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2021 SAM #7148
SOURCES SOUGHT

99 -- Untied States Army Munitions Logistical Operations Improvement Initiative

Notice Date
6/25/2021 11:06:06 AM
 
Notice Type
Sources Sought
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
CS-21-XXXX
 
Response Due
7/26/2021 2:00:00 PM
 
Archive Date
08/10/2021
 
Point of Contact
Katelyn Coon, Phone: 3097823309
 
E-Mail Address
katelyn.m.coon.civ@mail.mil
(katelyn.m.coon.civ@mail.mil)
 
Description
1. The U.S. Army Contracting Command- Rock Island (ACC-RI), on behalf of the Joint Munitions Command (JMC), is conducting a market survey to identify capable sources within the United States and Canada with the capability to assess (compare/contrast) current state United States Army Ammunition Depot Storage Network Operations and recommend/develop best practices for improving and modernization of logistical operations. The purpose of this market survey is to obtain current information on the capability of potential sources to deliver recommendations and a plan of action and milestones within a 6-8 month duration starting in Sep/Oct 2021. 2. Objective: JMC is seeking to gain insight to the availability of current commercial, and non-profit organization�s capabilities to assess, develop, and assist in implementation of logistical best practices.� The areas of focus for modernization will include, but not limited to interconnectivity, automation, machine learning, and real-time data. The end state of the emerging initiative is to improve asset visibility, operational efficiencies, safety, and reduce enterprise costs in the following areas: �� a) Material Management Receiving/Shipping Warehouse Management Inventory Management Asset Storage/Quality Surveillance/Maintenance Material Handling �� b) Continuous Improvement �� c) Data Accuracy �� d) Distribution �� e) Physical Security Layers �� f) Logistics Network Analysis Tools �� g) Industry 4.0 environment 3. Technologies/Methodologies of Interest (Not all inclusive) �� a) Physical operations with smart technology �� b) Predictive analytics/maintenance �� c) Asset tracking and optimization �� d) Machine learning/Artificial Intelligence �� e) Supply chain risk management �� f) Cyber Security �� g) Automated Systems 4. To be considered a capable source for this effort, all interested sources must submit the following information: �� a) Provide the organization's name, address, technical point of contact, phone number, e-mail address, and business size. �� b) A summary that includes a brief description of the contractor's capabilities to include: parent organizations, name/address/point of contact identification/email address, potential partnering/teaming arrangements. �� c) Ultimate beneficial owner of the corporation. �� d) Profiles of critical staff expertise, including their availability, experience, and training. �� e) Current in-house capability and capacity to perform the work. ��� f) Past experience with development of modernization plans or similar work; prior completed projects of similar nature; and corporate experience and management capabilities. �� g) The contractor must demonstrate a minimum of five years of in-house experience in the following areas: ������ (1) Comprehensive knowledge of Logistics operations, warehousing, inventory management, and supply-chain analysis. ������ (2) Expertise in supply chain management analysis, Operational Research, and simulation/modeling software development. ������ (3) Proven track record of implementing change and continuous improvement with objective results. ������ (4) Conducting Risk Assessments �� h) Rough order of magnitude (RoM) cost estimate. 5. Interested and qualified contractors should submit a tailored capability statement for this requirement, not to exceed 7 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. This does not include the RoM cost estimate, since it must be submitted in a separate document. 6. All contractors interested in this potential future solicitation must be registered in the System of Award Management (SAM). This market survey is for informational and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. All information submitted will be held in a confidential status. All Capability Statements submissions are requested to be made electronically NLT 30 calendar days from the date of posting by electronic mail/e-mail to Katelyn Coon, Contracting Officer, at katelyn.m.coon.civ@mail.mil in Microsoft Word, or Adobe Portable Document Format (PDF). All responses must be received by the specified due date in order to be considered. 7. The Government will accept written questions by e-mail ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the Market Research notice. All information provided will not be returned and will be held in a confidential status. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/747a50ae027e4ecdb6162d15faba236f/view)
 
Record
SN06043765-F 20210627/210625230121 (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 |
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.