Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2024 SAM #8111
SOURCES SOUGHT

R -- Request for Information (RFI) Supply Support Activity - Army

Notice Date
2/9/2024 8:51:54 AM
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY24R0007
 
Response Due
2/15/2024 11:00:00 AM
 
Archive Date
03/01/2024
 
Point of Contact
Zachary Mayhall, Megan Farley
 
E-Mail Address
zachary.m.mayhall.civ@army.mil, megan.d.farley2.civ@army.mil
(zachary.m.mayhall.civ@army.mil, megan.d.farley2.civ@army.mil)
 
Description
In support of market research, the Government is requesting information from interested vendors with regards to Industry�s capabilities to assess current warehouse operations, identify capability gaps and opportunities for optimization utilizing cutting edge technology (Artificial Intelligence) to design a solution to meet the desired end state and then subsequently field the solution. The use of existing commercial off the shelf, non-developmental technology is desired to the maximum extent possible. The Government�s desired end state is a more efficient supply chain that can receive, issue, pack, label, inventory management, store stock and distribution utilizing minimal touch labor while significantly increasing operations efficiency and accuracy. The Government is looking for innovative solutions that would automate activities, reduce errors, and reduce stock transfer utilizing Robotic process automation (RPA) as a tool to reduce the manual effort required to perform routine activities, maintain data and task integrity, and improve risk management controls. The Government�s intent is to modernize operations through automation technologies like RPA software, artificial intelligence, and other tools that will execute repetitive administrative tasks and significantly reduce the burden on Federal employees. The vendor shall provide the Government with a Statement of Interest describing a current, commercial off the shelf, non-developmental robotic solution that will describe how the vendor will meet the following performance objectives:� �� A. Limited maintenance requirements for Hardware and Software. B. Works with BOH branded Expeditionary Common Authorized Stockage List (ECASL) containers which carry the unit Authorized Stockage List (ASL) of Class IX Repair Parts C. Readily fits in storage and transports easily with Army owned equipment. D. Operates with limited bandwidth and within the capacity of current Army LAN/WAN requirements and wireless capability E. Able to operate in austere environment in all weather conditions. F. Readily available repair/spare parts G. Commercially available today in industry/etc. H. Rugged I. Compact J. Light weight K. Self-power - limited fuel requirements or sources its own power L. Continuous autonomous inventory real time M. Reduces time, touches, keystrokes, and paper from current environment ***RFI responses must be submitted electronically by 1400 hours on Thursday, 15 February 2024 to Megan Farley, Contracting Officer, megan.d.farley2.civ@army.mil and Zachary Mayhall, Contract Specialist, zachary.m.mayhall.civ@army.mil in a Microsoft Word compatible file or Adobe.pdf. Responses to this notice may not be returned. *** NOTE: Send files less than 10 MB via email.� Separate emails should be submitted if the email will be 10 MB or larger.�� Participation in response to this RFI will not preclude any Vendor from responding to future acquisitions, either individually or as part of a team. Marketing brochures and general purpose capability presentations will not be considered adequate information in response to this RFI.� Limit responses to a total page limit of 10 pages, inclusive of other page limits for specific sections. The font shall be Arial and no smaller than 10pt with at least a one-inch margin. The RFI responses must include:� A Statement of Interest describing, at a high level, how the vendor will utilize commercial off the shelf solutions for this requirement along with its ability to meet the performance objectives.� Will your company propose on this effort? If yes, please indicate if your company is a small business. If a small business, please indicate if your company would be capable and intend for at least 50 percent of the cost of performance incurred for personnel to be expended for employees of your company (See FAR 52.219-14). Please indicate the amount of time required to develop a solution, 14, 21, or 30 days.� Please indicate if more than 30 days would be required and if so, why and how many days would be feasible to provide a complete proposal. If no, please explain. Please include the following with your response: Company name and CAGE code Point of contact and email address Vendors must thoroughly explain any previous work on this or similar programs. THIS IS NOT A NOTICE OF RFP ISSUANCE. This request is issued for the purpose of developing a viable RFP that will best communicate the Government's requirements to industry through this exchange of information. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal if, or when, an RFP is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this request. Proprietary information shall NOT be submitted. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made as a result of this request. This request is for informational purposes only to promote exchanges of information with industry. The Government will not pay for any information and/or materials received in response to this request for information and is in no way obligated by the information received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22f1e26ff7a74f9d8ef0de1da4c6e19a/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06961999-F 20240211/240209230055 (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.