Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2024 SAM #8171
SOURCES SOUGHT

99 -- Supplier Assessment Services

Notice Date
4/9/2024 5:31:18 AM
 
Notice Type
Sources Sought
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-24-R-B096
 
Response Due
4/19/2024 9:00:00 AM
 
Archive Date
05/04/2024
 
Point of Contact
Raymond Bailey
 
E-Mail Address
raymond.c.bailey2.civ@army.mil
(raymond.c.bailey2.civ@army.mil)
 
Description
Request for Information (RFI):�Supplier Assessment Services ACC-APG,�is conducting this RFI to�identify proven, SaaS (Software as a Service) Commercial Off the Shelf (COTS) / Non-Developmental Item (NDI) software and/or hardware to apply data, analytics, and indicators for reducing parts shortages. BACKGROUND� Today, The Army and its industry partners are caught in a reactionary posture with regard to delays and challenges in parts and materiel solutions for the warfighter. The Army lacks visibility into subcontractor and supply chain issues spanning financial, technical, material, labor and more, which create unanticipated challenges for the prime contractor and ultimately deficiencies for the Army. Reversing this posture and gaining a proactive position toward materiel readiness support requires a new mode of operating, including comprehensive data, analytics, leading indicators, and modeling to understand market dynamics that cause delays ahead of their impact and decision aids that provide actionable recommendations to avoid problems before they occur. REQUIRED CAPABILITIES Provide proven, mature COTS/NDI SaaS that leverages commercial data, AI/ML capabilities, and analytics to configure a solution tailored to the Army�s requirements. The SaaS should be able to leverage robust indicators that will provide insight into overall industrial base health for weapon systems, for specific sectors, and for every part. Indicators will include both supply and demand factors to assess supplier health, viability, and availability, industrial base resilience, and pinpoint misalignment between supply and demand. It will identify the factors driving supply risks, mitigation strategies, and demonstrate how industrial base assessment can be conducted from the weapon system level down to each individual part. It will combine supply and demand analysis in a single comprehensive framework to equip the Army with the information required to prioritize risks and execute mitigation actions. The SaaS should use a holistic and robust data ecosystem that combines the Army�s demand side data and weapon system BOMs (Build of Material) with the vendor�s supply data, commercial data, and industrial base data for ongoing monitoring and analysis by Army personnel. OTHER INFORMATION REQUIRED Interested parties should address the following information in addition to the capability�s requirements listed above. Owner of vendor�s software and owner of vendor�s patent. Regarding the vendor�s API (Applicable Programable Interface), what security measures are in place and who has access to supplied information. RESPONDING TO THIS RFI Any interested party shall submit a white paper in response to the above�capabilities.�� The white paper shall be due no later than 10 business days after the posting of this RFI.��The response date denoted on�SAM.Gov�shall hold precedence.�Vendors may submit any questions related to this RFI, no later�than 9 business days�after the posting date.��RFI responses are limited to ten (10) pages, not including cover, and�administrative pages.��All RFI responses shall include a table with the following:� Company name, company address, size/designation of company, overnight delivery address (if different�from mailing address), DUNS Number, CAGE code, point of contact, e-mail address,�telephone number, and fax number.�Additionally, please state if your company is foreign owned, either directly or indirectly. Certification of business size (large or small) under NAICS code 541511�""Custom Computer Programming Services"". Also provide socioeconomic�categories if a small business (i.e. large, small disadvantage, veteran-owned,�woman-owned, etc.).� Interested parties are requested to respond to this RFI in Microsoft Word�Office compatible format.��Responses shall be written using a 12-point font size or larger.��This RFI is for planning purposes 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 cost or�charges will arise as a result of the submission of a company's or�corporation's information.� The Government shall not be liable for or suffer any consequential damage�for any improperly identified proprietary information. Proprietary�information will be safeguarded in accordance with the applicable�Government regulations and requirements.��The Government does not guarantee that this RFI will result in a Request for�Proposal (RFP) or contract award. The Government will not provide�reimbursement for any costs incurred by vendors who respond to this RFI.��� All questions and responses relating to this notice shall be sent via email to�the below with the�Subject,�(Supplier Assessment Services �- ""Your Company Name"")� Raymond Bailey (raymond.c.bailey2.civ@army.mil) In accordance with Federal Acquisition Regulation PART 10.001, the results of�this Market Survey will primarily be used to develop the Government's�acquisition approach and will be used to determine if sources capable of�satisfying the agency's requirements exist.��This is NOT a request for proposal and does not constitute any obligation�by the Government to award a contract based on the findings from the�survey.�The Government will not reimburse interested sources or respondents to�notice, or any follow-on notice, for any costs incurred in association with this�announcement or for subsequent exchange of information.��All requests for further information must be in writing and via email;�telephonic requests for additional information will not be honored.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e32f1eaf9cd440c1ac0162a145284e98/view)
 
Record
SN07025153-F 20240411/240409230056 (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.